contract: osr-01/2019...online and mobile transaction for dmrc smart card recharge contract:...
TRANSCRIPT
REQUEST FOR PROPOSAL (RFP) DOCUMENT
Selecting Third party websites/ Mobile app for
online and mobile transaction for DMRC smart card
recharge
Contract: OSR-01/2019
DELHI METRO RAIL CORPORATION LTD.
Metro Bhawan, Fire Brigade Lane,
Barakhamba Road, New Delhi –110 001
Contract: OSR-01/2019
Page 1 of 92
DISCLAIMER
This request for proposal (RFP Document) for “Contract OSR-01/2019: Selecting Third
party websites/ Mobile app for online and mobile transaction for DMRC smart card
recharge” contains brief information about the Scope, the Qualification/ eligibility
Requirements and the Selection process for the successful Bidder. The purpose of the RFP
document is to provide Bidders with information to assist the formulation of their bid
application (the „Application”).
The information („Information‟) contained in this RFP Document or subsequently provided
to interested parties (the “Bidder(s)”), in writing by or on behalf of Delhi Metro Rail
Corporation Ltd. (DMRC) is provided to the Bidder(s) on the terms and conditions set out in
the RFP Documents and any other terms and conditions subject to which such information
is provided.
This RFP Document does not purport to contain all the information that each Bidder may
require. This RFP Document has been prepared with a view to provide the relevant
information about the Project available with DMRC and has not been prepared keeping in
mind the investment objectives, financial situation and particular needs of each Bidder. The
DMRC advises each Bidder to conduct its own investigations and analysis and satisfy itself
of the accuracy, reliability and completeness of the information in this RFP Document and
to obtain independent advice from appropriate sources. The DMRC, its employees and
advisors make no representation or warranty and shall not be liable in any manner
whatsoever as to the accuracy; reliability or completeness of the information provided in
this RFP Document.
This RFP may not be appropriate for all persons, and it is not possible for DMRC, its
employees or advisors to consider the investment objectives, financial situation and
particular needs of each party who reads or uses this RFP. The assumptions,
assessments, statements and information contained in the Bidding Documents may not be
complete, accurate, adequate or correct. Each Bidder should, therefore, conduct its own
investigations and analysis and should check the accuracy, adequacy, correctness,
reliability and completeness of the assumptions, assessments, statements and information
contained in this RFP and obtain independent advice from appropriate sources.
Information provided in this RFP to the Bidder(s) is on a wide range of matters, some of
which may depend upon interpretation of law. The information given is not intended to be
an exhaustive account of statutory requirements and should not be regarded as a complete
or authoritative statement of law. DMRC accepts no responsibility for the accuracy or
otherwise for any interpretation or opinion on law expressed herein.
Intimation of discrepancies in the RFP Document, if any, may be given, by the Bidders, to
the office of the DMRC, immediately, by the Bidders. If DMRC receives no written
communication, it shall be deemed that the Bidders are satisfied with the information
provided in the RFP document.
Any character or requirement for the Project, which may be deemed to be necessary by the
Bidder should be independently established and verified by the Bidder.
Contract: OSR-01/2019
Page 2 of 92
This RFP Document is not an agreement and is not an offer or invitation by DMRC to any
other party. The terms on which the Project is to be developed and the right of the
successful Bidder, shall be as set out in separate agreements executed between DMRC
and the successful Bidder in the format broadly set out herein. DMRC may in its absolute
discretion, but without being under any obligation to do so, update, amend or supplement
the information, assessment or assumptions contained in this RFP.
DMRC, its employees and advisors make no representation or warranty and shall have no
liability to any person, including any Applicant or Bidder under any law, statute, rules or
regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss,
damages, cost or expense which may arise from or be incurred or suffered on account of
anything contained in this RFP or otherwise, including the accuracy, adequacy,
correctness, completeness or reliability of the RFP and any assessment, assumption,
statement or information contained therein or deemed to form part of this RFP or arising in
any way for participation in this Bid Stage.
DMRC also accepts no liability of any nature whether resulting from negligence or
otherwise howsoever caused arising from reliance of any Bidder upon the statements
contained in this RFP.
DMRC may in its absolute discretion, but without being under any obligation to do so,
update, amend or supplement the information, assessment or assumptions contained in
this RFP.
DMRC reserves the right to accept or reject any or all Applications without giving any
reasons thereof. DMRC will not entertain or be liable for any claim for costs and expenses
in relation to the preparation of the documents to be submitted in terms of this RFP
Document.
The Bidder shall bear all its costs associated with or relating to the preparation and
submission of its Bid including but not limited to preparation, copying, postage, delivery
fees, expenses associated with any demonstrations or presentations which may be
required by DMRC or any other costs incurred in connection with or relating to its Bid. All
such costs and expenses will remain with the Bidder and DMRC shall not be liable in any
manner whatsoever for the same or for any other costs or other expenses incurred by a
Bidder in preparation or submission of the Bid, regardless of the conduct or outcome of the
Bidding Process.
The word “Bid” and “Tender” is used interchangeably in the document.
Contract: OSR-01/2019
Page 3 of 92
Content
S.No. Content Page No.
1. Project Background 4-8
2 Notice Inviting Tender 9-15
3 Instruction to Tenderer including schedule 16-38
4 General Terms and Conditions 39-51
5 Scope of Work 52-66
6 Form of Tenders and its Annexure 67-93
Contract: OSR-01/2019
Page 4 of 92
SECTION 1
PROJECT BACKGROUND
Contract: OSR-01/2019
Page 5 of 92
PROJECT BACKGROUND
1. Introduction
Delhi Metro Rail Corporation (DMRC), a joint venture of the Government of India
(GOI) and the Government of the National Capital Territory of Delhi (GNCTD)
implementing the Delhi Metro Rail Projects.
1.1. Delhi Metro Rail Corporation Ltd. (DMRC) has implemented Automatic Fare
Collection system (AFC) for the Phase-I ,II & III system. Phase-I, Phase-II & Phase-
III consists of 9 lines with 232 operational stations:
Line Section No of Station
1 Dilshad Garden – Rithala 21
2 Huda City Centre – Samayapur Badli 37
3 Noida City Centre – Dwarka Sec 21 44
4 Yamuna Bank – Vaishali 08
5 Inderlok –Kirti Nagar – Brigadier Hoshiar Singh 24
6 Kashmiri Gates – Raja Nahar Singh 34
7 Majlis Park-Mayur Vihar PK-I, Trilok puri –Shiv Vihar 40
8 Janakpuri West- Botanical Garden 25
9 New Delhi – Dwarka Sec -21(Airport Express) 6
Total 239
1.2 Implementation of Phase-IV of the Mass Rapid Transport System (MRTS) for
Delhi/NCR consists of more than 100 stations.
1.3 The Phase-III network comprises of following sections to be opened soon:
Line No Section No of stations
Line 1 (Ext) Dilshad Garden-New Bus Adda 9
Line 3 (Ext) Noida City Centre-Noida Electronic City 7
Dwarka –Dhansa Bus Stand 4
Total 20
1.4 The approx. average daily ridership on Delhi Metro is over 28 lac, out of which at
present more than 70% commuters are smart card users.
Contract: OSR-01/2019
Page 6 of 92
1.5 Presently, cards are issued from the metro stations from manned Ticket Office
Machines. At the time of entry, the card is presented by the passenger at
reader/writer of the Automatic Gate. The Gate allows entry to passenger to paid area
of the stations. At the exit, the fare is deducted from electronic value stored in the
card and passenger is allowed to exit from the station. Currently more than
150,00,000 cards are in circulation.
1.6 Total 2,50,000 (Avg) number of Cards having Add Value Transaction per day.
1.7 The distribution of add value transaction by online and mobile means ( for the period
Oct 2017 to Sept 2018 is as under:
Transaction value Number of Transactions Volume of transaction (in Rs)
Rs 100-2000 1,36,91,203 3,22,49,97,042
1.8 DMRC is using state-of-art devices for Automatic Fare Collection (AFC) System
through Contactless Smart Cards (CSC) and Contactless Smart Tokens (CST) for the
commuters. In case of single journey, the passenger exchanges cash for a token at
the designated ticket issuing counter at Metro stations called Ticket Office Machine
(TOM) office to enter the paid area. In case of multiple journeys where a passenger
desires to perform different journeys on same day or different dates from different
stations, DMRC issues a CSC. Initially Rs 150 (Configurable parameter) (Rs 100
cash+ Rs 50 security) is loaded into the card at the TOM office against cash payment.
This is designated as stored value in the card. This stored value resides on an
electronic chip, and as and when a passenger performs journey on the Metro using
this card, the stored value gets deducted from the card at Automatic Gates (AG) to
the extent of journey performed. The AFC System permits multiple journeys from the
card as long as the stored value is greater than the minimum fare fixed by DMRC. If
the stored value becomes less than the threshold, the card will have to be topped-up
by paying money in cash at TOM or electronically to enable journeys on the Metro
Railway network.
1.9 In the past years, DMRC has already launched couple of other measures to facilitate
easy top up of smart cards to avoid queues and save time at stations. This includes
option of Card Top up using Cash/Credit/Debit card at Counter, PPI, Credit/Debit/Net
Banking using dmrcsmartcard.com; SMS Top up; Automatic Top up on Combo card
through giving standing instructions to Bank.
Procedure for availing existing services are given below:
I. Web Top up
To avail Web Top up user need to
Contract: OSR-01/2019
Page 7 of 92
a. User will go to DMRC site i.e. dmrcsmartcard.com or official site.
User can either create his account and recharge or select Quick Top
Up.
b. User can create his/her account by giving his information like Name,
Engraved Id of DMRC Smart Card, email address and Password. To
create/generate his/her account user can view their all transaction
which was done through web.
c. Users who have not registered themselves can also do Add Value in
their cards by using “Quick Top Up”.
d. Then, select the option for payment like net Banking , credit
card/debit card/net Banking etc.
e. After selection, make the payment through Payment Gateway using
Credit/Debit/Pre Paid Cards/Net Banking. Currently only Credit/Debit
Card functionality is under operation.
f. After this, the passenger need to go to one of the Metro stations,
show the Smart Card at Add Value Machine (AVM: White Color
machine) installed near Customer Care Centre of these Metro
stations in order to complete the add value process.
II. SMS Top up:
The SMS is then required to be sent to xxxxxxxxxxx. Once SMS is
processed, passenger will get the confirmatory message from Vendor.
After this, the passenger need to go to one of the Metro stations, show
the Smart Card at Add Value Machine (AVM: White Color machine)
installed near Customer Care Centre of these Metro stations in order to
complete the add value process.
III. Auto Top Up:
To avail Auto Top up facility the Customer needs to complete the
application form for accepting Combo card for debit/credit card as
required. Once the application is approved by ICICI Bank , the Smart
Card will be registered for the auto Top- up facility and linked to the
applied credit card account. Whenever the stored value of CSC goes
below the threshold (Rs.100/-), the AFC system (Samsung Gates) will
top-up transaction for the value (Rs.200/-) as per the mandate given by
the commuter.
IV Through PPI
Currently, approximately 70 percent of the Metro commuters use smart cards.
Approximately 15755 smart cards are sold every day from the various stations of
the network.
1.10 Presently, there are approx 700 Automatic Vending Machines are installed in Phase-
1, 2 & 3 stations. All the cards recharged at website www.dmrcsmartcard.com need to
Contract: OSR-01/2019
Page 8 of 92
present at AVM installed at stations to complete the recharge. DMRC plans to install
additional 700 (approx) AVM covering existing and new stations.
1.11 DMRC plans to create online payment ecosystem through Vendor to motivate smart
card metro users to use online and mobile transaction for smart card as preferred
mode of recharge of contactless smart cards. Vendor should be preferably players
in the field of utility bill payment, e-commerce business etc and will provide third party
websites and/or mobile application.
Contract: OSR-01/2019
Page 9 of 92
SECTION 2
NOTICE INVITING TENDER (NIT)
Contract: OSR-01/2019
Page 10 of 92
SECTION 2: NOTICE INVITING TENDER
2.0 Notice Inviting Tenders
Delhi Metro Rail Corporation Limited (DMRC) invites offer from the Online and E-
commerce business players for “Selecting third party website /Mobile app for online
and mobile transaction for DMRC smart card recharge” through open e-tender.
2.1 DMRC invites Bids from eligible participants who may be a body corporate
incorporated and registered in India under the Companies Act, 1956 /2013, duly
registered under the law applicable to such company, (the “Bidders”),
2.2 Deemed Knowledge and Disclaimer:-
2.3.1 DMRC shall receive Bids pursuant to this RFP document, in accordance with the
terms set forth herein as modified, altered, amended and clarified from time to time
by DMRC. Bidders shall submit bids in accordance with such terms on or before the
submission end date. The participating Bidders may visit the Project Site to examine
its precincts and the surroundings at the Bidder‟s own expenses and ascertain on its
own responsibility, information, technical data, traffic data, market study, etc.
including actual condition of existing services.
2.3.2 The Bidder shall be fully and exclusively responsible for, and shall bear the
financial, technical, commercial, legal and other risks in relation to this work
regardless of whatever risks, contingencies, circumstances and/or hazards may be
encountered (foreseen or unforeseen).
2.3 Salient features of Bidding Process:
a) DMRC has adopted a two packet online open e-bidding process for
declaration of a Selected Bidders for Selecting Third party websites/ Mobile
app for online and mobile transaction for DMRC smart card recharge.
b) The details of bidding process are provided in Section 3.
c) Schedule of bidding process for RFP :
Tender Documents Sale From 22.01.2019 to 21.02.2019 (upto 15:00 hrs.) on e-
tendering website
https://eprocure.gov.in/eprocure/app.
Period of Work 3 Years (plus 16 weeks for interface, deployment, testing
and commissioning)
Tender Security amount Amount of tender Security: INR 3,00,000/-
Contract: OSR-01/2019
Page 11 of 92
(Earnest Money Deposit) Payment of tender security is to be made only by RTGS,
NEFT & IMPS. No other mode of payment will be
accepted. The detail of bank account of DMRC is
mentioned below this table. The bidders will be required
to upload scanned copies of transaction of payment
(clearly indicating tender number i.e. OSR-01/2019 in the
remarks or description column) of tender security at the
time of online bid submission, failing which payment may
not be considered.
Cost of Tender Documents
(Non-refundable)
INR 23600/- (inclusive of 18% GST) Non-Refundable
Payment of tender document cost/ tender fee is to be
made only by RTGS, NEFT & IMPS. No other mode of
payment will be accepted. The detail of bank account of
DMRC is mentioned below this table. The bidders are
required to upload scanned copies of transaction of
payment (clearly indicating tender number i.e. OSR-
01/2019 in the remarks or description column of
transaction) of tender document cost/ tender fee at the
time of online bid submission.
Last date of seeking
clarifications
29.01.2019 upto 1700 Hrs (Queries from bidders after
due date shall not be acknowledged)
Pre-Bid Meeting 30.01.2019 at 1100 Hrs
Last date of issuing
amendment, if any
06.02.2019
Date and time of submission of
Tender online
Tender submission start date: 14.02.2019 from 11:00 Hrs
Tender submission end date: 21.02.2019 upto 15:00 Hrs
Date & Time of opening of
Tender (Technical Bid)
22.02.2019 at 15:00 Hrs.
Authority and place of calling of
Tender & Pre Bid Meeting
Chief General Manager/Contracts,
Delhi Metro Rail Corporation,
5th floor, A-Wing, Metro Bhawan,
Fire Brigade Lane, Barakhamba Road,
New Delhi –110 001
To facilitate payment of tender fee and tender Security through RTGS, NEFT & IMPS, the
details of bank account of DMRC is mentioned below:
Name
of Bank Bank‟s Address
Account Name &
no. Account Type IFSC code
Punjab
National
Bank
ECE House Branch,
Connaught Place, New
Delhi-110001
DMRC Ltd. O&M Expenditure A/C,
1120005800000032
Current
PUNB0112000
Contract: OSR-01/2019
Page 12 of 92
Stage of Activity Time Period
Upfront Money Payment Successful Bidder is required to deposit Upfront money/ Any
other amount required within stipulated time period as
mentioned in LOA. In case successful bidder fails to submit
the same as advised in the LOA within 30 (thirty) days time
period, same can also be submitted with interest as detailed
below:-
(a) Up to 30 days – Nil
(b) 31st to 45th day -2% Flat
(c) 46th to 60th day – 3% Flat
The aforementioned interest is excluding GST and shall be
charged on the balance amount remaining unpaid as per the
LOA, This Upfront money shall be submitted in the form of
Demand Draft/ Pay order/ RTGS/NEFT only in favour of
DMRC Ltd,& payable at New Delhi. Bank details for
RTGS/NEFT the upfront money will be provided later.
After 60th days of issue of LOA if the Bidder fails to comply
with the terms and conditions of LOA, the LOA may be
cancelled and EMD/any other amount submitted may be
forfeited by DMRC.
Signing of Contract
Agreement
Within 30 days of receipt of LOA payment
2.4 The bidders are advised to keep in touch with e-tendering portal
https://eprocure.gov.in/eprocure/app for updates. The Letter of Acceptance to the
successful bidder shall be uploaded on procurement portal which can be downloaded
by the successful bidder. For any complaints tenderers may contact CVO DMRC at 1st
floor A-Wing, Metro Bhawan, Fire Brigade Lane, Barakhamba Road, New Delhi –
110001, Tel:011-23418406, Email: [email protected].
Contract: OSR-01/2019
Page 13 of 92
Instructions for Online Bid Submission:
The bidders are required to submit soft copies of their bids electronically on the CPP Portal,
using valid Digital Signature Certificates. The instructions given below are meant to assist
the bidders in registering on the CPP Portal, prepare their bids in accordance with the
requirements and submitting their bids online on the CPP Portal.
More information useful for submitting online bids on the CPP Portal may be obtained at:
https://eprocure.gov.in/eprocure/app.
REGISTRATION
1) Bidders are required to enroll on the e-Procurement module of the Central Public
Procurement Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the
link “Online bidder Enrolment” on the CPP Portal which is free of charge.
2) As part of the enrolment process, the bidders will be required to choose a unique
username and assign a password for their accounts.
3) Bidders are advised to register their valid email address and mobile numbers as
part of the registration process. These would be used for any communication from
the CPP Portal.
4) Upon enrolment, the bidders will be required to register their valid Digital Signature
Certificate (Class II or Class III Certificates with signing key usage) issued by any
Certifying Authority recognized by CCA India (e.g. Sify / nCode / eMudhra etc.),
with their profile.
5) Only one valid DSC should be registered by a bidder. Please note that the bidders
are responsible to ensure that they do not lend their DSC‟s to others which may
lead to misuse.
6) Bidder then logs in to the site through the secured log-in by entering their user ID /
password and the password of the DSC / e-Token.
SEARCHING FOR TENDER DOCUMENTS
1) There are various search options built in the CPP Portal, to facilitate bidders to
search active tenders by several parameters. These parameters could include
Tender ID, Organization Name, Location, Date, Value, etc. There is also an option
of advanced search for tenders, wherein the bidders may combine a number of
search parameters such as Organization Name, Form of Contract, Location, Date,
Other keywords etc. to search for a tender published on the CPP Portal.
2) Once the bidders have selected the tenders they are interested in, they may
download the required documents / tender schedules. These tenders can be
moved to the respective „My Tenders‟ folder. This would enable the CPP Portal to
intimate the bidders through SMS / e-mail in case there is any corrigendum issued
to the tender document.
3) The bidder should make a note of the unique Tender ID assigned to each tender,
in case they want to obtain any clarification / help from the Helpdesk.
Contract: OSR-01/2019
Page 14 of 92
PREPARATION OF BIDS
1) Bidder should take into account any corrigendum published on the tender
document before submitting their bids.
2) Please go through the tender advertisement and the tender document carefully to
understand the documents required to be submitted as part of the bid. Please note
the number of covers in which the bid documents have to be submitted, the
number of documents - including the names and content of each of the document
that need to be submitted. Any deviations from these may lead to rejection of the
bid.
3) Bidder, in advance, should get ready the bid documents to be submitted as
indicated in the tender document / schedule and generally, they can be in PDF /
XLS / RAR / DWF/JPG formats. Bid documents may be scanned with 100 dpi with
black and white option which helps in reducing size of the scanned document.
4) To avoid the time and effort required in uploading the same set of standard
documents which are required to be submitted as a part of every bid, a provision of
uploading such standard documents (e.g. PAN card copy, annual reports, auditor
certificates etc.) has been provided to the bidders. Bidders can use “My Space” or
„‟Other Important Documents‟‟ area available to them to upload such documents.
These documents may be directly submitted from the “My Space” area while
submitting a bid, and need not be uploaded again and again. This will lead to a
reduction in the time required for bid submission process.
SUBMISSION OF BIDS
a) Bidder should log into the site well in advance for bid submission so that they can
upload the bid in time i.e. on or before the bid submission time. Bidder will be
responsible for any delay due to other issues.
b) The bidder has to digitally sign and upload the required bid documents one by one
as indicated in the tender document.
c) Tender fee / Tender document cost: The instrument type for payment of tender
cost/ tender fee is to be done only by RTGS, NEFT & IMPS. No other mode of
payment will be accepted. The bidders will be required to upload scanned copies of
transaction of payment of tender cost/tender fee at the time of bid submission.
d) Tender Security/ EMD: Bidder should submit the EMD/Tender Security as per the
instructions specified in Section 3 Clause 3.10 of RFP.
e) Bidders are requested to note that they should necessarily submit their financial
bids in the format provided and no other format is acceptable. If the price bid has
been given as a standard BOQ format with the tender document, then the same is
to be downloaded and to be filled by all the bidders. Bidders are required to
download the BOQ file, open it and complete the yellow coloured (unprotected)
cells with their respective financial quotes and other details (such as name of the
bidder). No other cells should be changed. Once the details have been completed,
Contract: OSR-01/2019
Page 15 of 92
the bidder should save it and submit it online, without changing the filename. If the
BOQ file is found to be modified by the bidder, the bid will be rejected.
f) The server time (which is displayed on the bidders‟ dashboard) will be considered
as the standard time for referencing the deadlines for submission of the bids by the
bidders, opening of bids etc. The bidders should follow this time during bid
submission.
7) All the documents being submitted by the bidders would be encrypted using PKI
encryption techniques to ensure the secrecy of the data. The data entered cannot
be viewed by unauthorized persons until the time of bid opening. The
confidentiality of the bids is maintained using the secured Socket Layer 128 bit
encryption technology. Data storage encryption of sensitive fields is done. Any bid
document that is uploaded to the server is subjected to symmetric encryption using
a system generated symmetric key. Further this key is subjected to asymmetric
encryption using buyers/bid openers public keys. Overall, the uploaded tender
documents become readable only after the tender opening by the authorized bid
openers.
g) The uploaded tender documents become readable only after the tender opening by
the authorized bid openers.
h) Upon the successful and timely submission of bids (ie after Clicking “Freeze Bid
Submission” in the portal), the portal will give a successful bid submission
message & a bid summary will be displayed with the bid no. and the date & time of
submission of the bid with all other relevant details.
i) The bid summary has to be printed and kept as an acknowledgement of the
submission of the bid. This acknowledgement may be used as an entry pass for
any bid opening meetings.
ASSISTANCE TO BIDDERS
1) Any queries relating to the tender document and the terms and conditions
contained therein should be addressed to the Tender Inviting Authority for a tender
or the relevant contact person indicated in the tender.
2) Any queries relating to the process of online bid submission or queries relating to
CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk.
3) For any Technical queries related to Operation of the Central Public Procurement
Portal Contact at :
Mobile Numbers: 91 7878007972, 91 7878007973, 91 7574889871, 91
7574889874, 91 8826246593 Tel: The 24 x 7 Toll Free Telephonic Help Desk
Number 1800 3070 2232. Other Tel: 0120-4200462, 0120-4001002.
E-Mail: cppp-nic[at]nic[dot]in
Contract: OSR-01/2019
Page 16 of 92
SECTION 3
Instruction to Tenderers (ITT)
Contract: OSR-01/2019
Page 17 of 92
GENERAL
3.1.1 DMRC invites online Bids from eligible Bidders in terms of eligibility criteria as
specified in this document for Selecting Third party websites/ Mobile app for online
and mobile transaction for DMRC smart card recharge.
3.1.2 The information submitted in the RFP document will form the basis for evaluating
the Bidders. The Bidders may participate in the Bid process as per the instructions
given in this RFP document.
3.1.3 From amongst the Bidders fulfilling the Eligibility Criteria, as laid down in this RFP
document, the work shall be offered to the Selected Bidder on the basis of
Evaluation Criteria.
3.1.4 The intending Bidder must read the terms and conditions carefully.
3.1.5 Information and instructions for tenderers posted on website
https://eprocure.gov.in/eprocure/app shall form part of tender documents.
3.1.6 The Request for Proposal Document (RFP Document) can be seen and
downloaded from website https://eprocure.gov.in/eprocure/app. RFP document can
only be obtained online after registration on the website
https://eprocure.gov.in/eprocure/app. .
3.1.7 RFP Document can only be submitted after uploading the mandatory scanned
documents towards cost of Bid Documents and towards Tender Security from a
branch in India of a scheduled foreign bank or from a scheduled commercial bank in
India acceptable to DMRC and other documents as stated under Clause 3.15 of
RFP Document.
In case of RTGS/NEFT & IMPS transactions, bidders shall required to upload the
scanned copies of transaction of payment (clearly indicating tender number i.e.
OSR-01/2019 in the remarks or description column) of cost of Bid Documents and
tender security / EMD at the time of online bid submission. The detail of bank
account of DMRC is mentioned in Section 2: NIT clause 2.3 of RFP.
3.1.8 Those tenderers who are not registered on the website
https://eprocure.gov.in/eprocure/app shall be required to get registered beforehand.
If needed they can be imparted training on „online tendering process‟ as per details
available on the website.
3.1.9 The authorized signatory of intending tenderer as per Power of Attorney (POA) must
have valid class-III/II digital signature. The complete RFP Document shall only be
uploaded using Class-III/II digital signature of the authorized signatory.
3.1.10 Deleted
Contract: OSR-01/2019
Page 18 of 92
3.1.11 Deleted
3.1.12 Tenderer must ensure to quote rate in financial proposal.
3.1.13 Each Tenderer shall submit only one tender. If a Tenderer submits more than one
Tender, all the tenders in which he has participated shall be considered invalid.
3.2 Downloaded RFP Documents:
3.2.1 The complete bid document can be downloaded from the website of
https://eprocure.gov.in/eprocure/app and a non-refundable fee Rs. 23600/-
(inclusive of 18% of GST) towards the cost of the Bid document shall required to
upload the scanned copies of transaction of payment of cost of Bid Documents at
the time of online bid submission. No tampering, alteration or changing of the
contents of the Bid documents is permissible. The DMRC shall not be responsible
for any printing error while downloading the documents.
3.3 Queries in RFP and Amendments
3.3.1 Bidders may upload their queries, if any, on e-tendering portal
https://eprocure.gov.in/eprocure/app not later than the date specified under the bid
schedule of Section-2 of RFP. DMRC shall endeavor to provide clarifications and
such further information as it may, in its sole discretion, consider appropriate
for facilitating a fair, transparent and competitive bidding process, however, no
queries received after prescribed date shall be entertained by the DMRC.
3.3.2 At any time prior to the Submission End Date, the DMRC may, for any reason
whatsoever, whether at its own initiative or in response to clarifications requested by
a Bidder, modify the RFP through the issuance of an addendum. This shall be
uploaded on e-tendering portal https://eprocure.gov.in/eprocure/app and shall be
binding upon all the bidders.
3.3.3 In order to give the Bidders reasonable time to take an addendum into account, or
for any other reason, the DMRC may, at its discretion, extend the Submission End
Date.
3.3.4 The Response to queries/ addendums (if any) will be uploaded on
https://eprocure.gov.in/eprocure/app and the Bidders are advised to keep a regular
check on the website for any such updates.
3.4 PRE-BID MEETING
3.4.1 DMRC shall conduct a pre-bid meeting on the date and location specified under the
bid schedule of Section-2 of RFP for the purpose of providing clarification and
answering the queries of the prospective Bidders.
Contract: OSR-01/2019
Page 19 of 92
3.4.2 The tenderer is requested to upload any question online not later than the last date
of seeking clarification as mentioned in key details of NIT.
3.4.3 Any modification of the Tender Documents, which may become necessary as a
result of the Pre-Tender meeting, shall be made by the DMRC exclusively through
the issue of an Addendum pursuant to Clause 3.3 above.
3.4.4 Non-attendance at the Pre-Tender meeting will not be a cause for disqualification of
a Tenderer.
3.5 ELIGIBILITY CRITERIA
The bidder must have sufficient technical expertise and requisite experience to
develop and implement the services as asked in RFP. The Bidder shall meet the
following minimum Eligibility Criteria:
3.5.1 A Bidder must be a a body corporate incorporated and registered in India under the
Companies Act, 1956 /2013, duly registered under the law applicable to such
company, and further subject to compliance with applicable laws, policies and
guidelines of the Government of India. (Copy of Certificate of Incorporation,
Memorandum of Association (MOA) /Article of Association (AOA) to be submitted.)
3.5.2 The bidder should have facilities for payment through Credit card/ debit card / net
banking or any other method of Payment (Declaration certified by Chartered
accountant to be submitted as per Appendix- 7).
3.5.3 The bidder should be carrying out minimum 1000 e-commerce transactions per day
(proof attested by Chartered accountant to be submitted as per Appendix- 8).
3.5.4 The bidder should have certificate of authorization from RBI to carry out services
mentioned in the scope of work (RBI Certificate of Authorization for the same to be
submitted).
3.5.5 All regulatory compliance needs to be fulfilled by the successful bidder during the
contract period (undertaking from bidder need to submitted as per Appendix- 9)
3.5.6 Bidder should have a local set-up in Delhi/NCR for operations and support to
DMRC. The Bidder shall submit the proof of local set-up in Delhi/NCR for operations
and support to DMRC or shall submit an undertaking that he will set-up local office
in Delhi/NCR for operations and support to DMRC in case of award of LOA to them
as per Appendix- 10.
3.5.7 Bidder needs to submit at least 2 letters of satisfactory performance of e-
commerce services (integration with other parties) from the client. Details to be
filled in Appendix-11.
Contract: OSR-01/2019
Page 20 of 92
3.5.8 If two or more associate companies exist only one company is eligible to bid. The
Bidder should provide a declaration that no associate company of theirs is bidding
as per Appendix-12
3.5.9 If two or more subsidiary companies exist only one company is eligible to bid. The
Bidder should provide a declaration that no subsidiary company of theirs is bidding
as per Appendix -13
3.8 Conflict of interest
A Bidder shall not have a conflict of interest (the “Conflict of Interest”) that affects
the bidding process. Any Bidder found to have such a Conflict of Interest shall be
disqualified. In the event of disqualification, DMRC shall forfeit and appropriate the
tender security as mutually agreed genuine pre-estimated compensation and
damages payable to DMRC for, inter alia, the time, cost and effort of the DMRC,
including consideration of such Bidder‟s proposal, without prejudice to any other
right or remedy that may be available to the DMRC hereunder or otherwise. Without
limiting the generality of the above, a Bidder shall be deemed to have a Conflict of
Interest affecting the bidding process, if:
i) a constituent of Bidder is also a constituent of another Bidder; or
ii) Bidder, its Member or any Associate thereof receives or has received any
direct or indirect subsidy, grant, concessional loan or subordinated debt from
any other Bidder, its Member or Associate, or has provided any such
subsidy, grant, concessional loan or subordinated debt to any other Bidder,
its Member or any Associate thereof; or
iii) Bidder has the same legal representative for purposes of this Bid as any
other Bidder; or
iv) such Bidder, or any Associate thereof, has a relationship with another
Bidder, or any Associate thereof, directly or through common third party/
parties, that puts either or both of them in a position to have access to each
others‟ information about, or to influence the Bid of either or each other; or
v) such Bidder or any Associate thereof has participated as a consultant to
DMRC in the preparation of any documents design or technical
specifications of the Project.
Notwithstanding anything stated herein a Conflict of Interest situation arising at the
pre qualification stage will be considered to subsist only, as between such Bidders
attracting Conflict of Interest provisions on account of shareholdings, who submit
Bids under this document.
Contract: OSR-01/2019
Page 21 of 92
3.9 LANGUAGE AND CURRENCY
3.9.1 The Bid and all the related correspondence and documents shall be written in
English language only.
3.9.2 The currency for the purpose of the Bid shall be the Indian National Rupee (INR).
3.10. Tender Fee/ Tender Document cost and Tender Security/ Earnest Money
Deposit (EMD):
3.10.1.1 Tender fee/ tender document cost:
The instrument type for payment of tender fee/ tender document cost is to be done
only by RTGS, NEFT & IMPS. No other mode of payment will be accepted. The
detail of Bank account of DMRC of facilitate the payments is mentioned at 3.10.1.4
below. The bidders will be required to upload scanned copies of transaction of
payment (clearly indicating tender number i.e. OSR-01/2019 in the remarks or
description column) of tender fee/ tender document cost at the time of online bid
submission and no copies of transaction of payment are required to sent to the
office of Chief General Manger / Contracts.
3.10.1.2 Tender Security / EMD
The instrument type for payment of tender security / EMD is to be done only by
RTGS, NEFT & IMPS. The detail of Bank account of DMRC of facilitate the
payments is mentioned at 3.10.1.4 below. The bidders will be required to upload
scanned copies of transaction of payment (clearly indicating tender number i.e.
OSR-01/2019 in the remarks or description column) of tender fee/ tender
document cost at the time of online bid submission and no copies of transaction of
payment are required to sent to the office of Chief General Manger / Contracts.
3.10.1.3 DELETED
3.10.1.4 To facilitate payment of tender fee and tender Security through RTGS, NEFT &
IMPS, the details of bank account of DMRC is mentioned below:
3.10.2 Any Tender not having an acceptable Tender Security shall be rejected by the
DMRC considering it as non-responsive and their Technical package shall not be
opened and if opened then it will not be evaluated. No post bid clarification shall be
sought on tender security.
Name of
Bank Bank‟s Address Account Name & no.
Account
Type IFSC code
Punjab
National
Bank
ECE House
Branch, Connaught
Place, New
Delhi-110001
DMRC Ltd. O&M Expenditure A/C,
1120005800000032
Current
PUNB0112000
Contract: OSR-01/2019
Page 22 of 92
3.10.3 The Tender Security of the successful tenderer shall be returned upon the execution
of the Contract and the receipt of Performance Security by the DMRC in accordance
with Clause 3.11 below and Upfront Money.
3.10.4 The Tender Security of tenderers who fail in technical evaluation shall be returned
after opening of financial package. Tender security of the unsuccessful tenderers in
financial opening shall be released after issue of the Letter of Acceptance (LOA) to
the successful tenderer or finalization of tender.
3.10.5 The Tender Security shall be forfeited:
a) if the Bidder withdraws its Bid during the interval between the Bid Due Date and the
expiration of the Bid Validity Period;
b) if the Selected Bidder fails to make the payments (as per Clause 3.11 & 3.26) within
the time specified in this RFP, or any extension thereof granted by DMRC;
c) if the successful Tenderer refuses or neglects to execute the Contract or fails to
furnish the required Performance Security and Upfront Money within the time
specified or extended by the DMRC
d) if the Tenderer does not accept the arithmetic corrections to his Tender price, as per
the relevant clause in RFP.
3.11 Performance Security
The Performance Security for Rs. 1 Crore is payable. The Performance Security
shall be furnished to the Employer within 30 (thirty) days of receipt of the Letter of
Acceptance.
The required Performance Security for the sum mentioned above may be submitted
in any one of the following forms:
(a) Bank draft in favour of “Delhi Metro Rail Corporation Ltd.”, payable at “New
Delhi” from a Scheduled Commercial Bank based in India, or
(b) Fixed Deposit Receipt of a Scheduled Commercial Bank / Post Offices based in
India duly pledged in favour of “Delhi Metro Rail Corporation Ltd.”, or
(c) Irrevocable bank guarantee in the prescribed format, given in Annexure-7 of
Instruction to Tenderers (ITT), issued by a Scheduled Commercial Bank based
in India or from a branch in India of a Scheduled foreign bank. The bank
guarantee must be issued on the Structured Financial Messaging System
(SFMS) platform. A separate copy of the BG has to be sent by the issuing bank
to the Employer‟s bank through SFMS. The details of Employer‟s bank are as
under:
ICICI Bank ltd.
9A, Phelps Building, Connaught Place, New Delhi -110001
IFSC Code: - ICIC0000007.
Contract: OSR-01/2019
Page 23 of 92
Following codes are to be used by issuing bank for the purpose of Confirmation and
amendment in Bank Guarantees:-
Code Purpose
MT760 Confirmation of bank
guarantee
MT767 Amendment in bank guarantee
Bank Guarantee issued on the SFMS platform with any other code other than
mentioned above for the purposes shall not be acceptable to the employer.
3.11.2 The said Performance Security will be kept valid for a period of 6 months beyond
the Contract period or final settlement whichever is earlier.
3.11.3 The Performance Security would however be forfeited in case of any „Event of
Default‟ as described in the General Terms and condition and/or in accordance with
terms specified elsewhere in the RFP Bid Document.
3.12 PROPOSAL PREPARATION COST
The Bidder shall be solely responsible for all the costs associated with the
preparation of its Bid and its participation in the bidding process, including all types
of due diligence that may be required for the process. The DMRC shall not in any
way be responsible or liable for such costs, regardless of the conduct or outcome of
bidding.
3.13 VALIDITY OF OFFER
3.13.1 The Proposal shall remain valid for a period not less than one hundred eighty (180)
days from the Bid Submission Date (“Proposal Validity Period” or “Bid Validity
Period”). DMRC reserves the right to reject any Bid that does not meet this
requirement. DMRC may however request the Bidders to extend the validity of their
Bids for a specified additional period.
3.13.2 A Bidder agreeing to the request will not be allowed to modify its Bid, but would be
required to extend the validity of its tender security for the relevant period of
extension.
3.13.3 The Bid Validity Period of the Selected Bidder shall stand extended till the date of
execution of the Contract Agreement.
3.14 PREPARATION AND SUBMISSION OF PROPOSAL
The Bids should be submitted in the forms prescribed under this section, and the
relevant Annexure in Section 5.
Contract: OSR-01/2019
Page 24 of 92
3.14.1 The completed Bids shall be accepted only up to the date and time as specified in
under the bid schedule of Section-2 of RFP. Bids have to be submitted online on the
website https://eprocure.gov.in/eprocure/app.
DMRC, at its sole discretion, retains the right, but is not obligated to extend the Bid
Due Date, by issuing an addendum which shall be uploaded on the website
https://eprocure.gov.in/eprocure/app.
3.14.2 The Bidders shall furnish the information strictly as per the formats given in Section
5 of this document without any ambiguity. The DMRC shall not be held responsible
if the failure of any Bidder to provide the information in the prescribed formats
results in a lack of clarity in the interpretation and consequent disqualification of its
Bid.
3.14.3 Deleted
3.14.4 Deleted
3.14.5 All Proposals/Bids shall be uploaded by the duly „Authorized Signatory‟ of the
Bidder. The Bidders shall submit a supporting Power of Attorney (POA) authorizing
the Signatory of the Proposal, to commit the Bidder and agreeing to ratify all acts,
deeds and things lawfully done by the said attorney and such POA shall be signed
by all members and shall be legally binding on all of them.
3.14.6 The Proposal shall be uploaded with Class-III/II digital signature by the Authorized
Signatory in unequivocal acceptance of all the terms and conditions of this Bid
Document. All the alterations, omissions, additions, or any other amendments
made to the Proposal shall mandatorily be initialed by the Authorized Signatory.
3.14.7 All the witnesses and sureties shall be persons of status and probity and their full
names and addresses shall be stated below their signature. All signatures in the Bid
Documents shall be dated.
3.14.8 Bidders are required to submit only one set of the Bids, including the Original RFP
issued to them which is signed on each page in acceptance of all the terms and
conditions of the Bid Document.
3.14.9 Any firm, which submits or participates in more than one Bid for the said Project
shall be disqualified
3.15 SUBMISSION OF BIDS
3.15.1 The Tender cost and tender security shall be submitted as per the instructions
specified in Section 3 Clause 3.10 of RFP.
Contract: OSR-01/2019
Page 25 of 92
3.15.2 The technical package/qualification documents shall be uploaded online on the
website https://eprocure.gov.in/eprocure/app and shall contain the following:
Letter of Application and Interest (As per Annexure 1)
General Information of the Bidder (As per Annexure 2) along with
Memorandum of Association and Article of Association
The Financial Proposal (as per Appendix-3) shall be uploaded online on
the website https://eprocure.gov.in/eprocure/app. The rates shall be quoted
in the excel file provided in the bid documents. The tenderer shall
download the excel file and after quoting their rates upload the same
accordingly. The rates shall not be offered/quoted elsewhere in the
technical submission/ tender submission.
Power of Attorney as per Appendix-4 (along with Board Resolution).
Affidavit as per Appendix-5.
General information about tenderer as per Appendix-6.
Declaration for facilities of payment through Credit card/debit card / net
banking or any other method, Appendix-7
Declaration for minimum 1000 e commerce transactions per day,
Appendix-8
Regulatory Compliance under as per Appendix-9.
Undertaking for Local set-up in Delhi/NCR as per Appendix-10.
Satisfactory performance of e-commerce services as per Appendix-11.
Declaration for no associate company bidding as per Appendix-12.
Declaration for no subsidiary company bidding as per Appendix-13.
Undertaking For Corrupt & Fraudulent Practice as per Appendix 14.
Undertaking for downloaded tender documents as per Appendix-15
Undertaking for termination of contract as per Appendix-16
Undertaking For Not Being Penalized in a Contract- Appendix 17
Undertaking For Financial Stability- Appendix 18
Undertaking for disclosure of information under RTI Act- Appendix-19
Details of refund of EMD through NEFT/RTGS- Appendix-20
CHECK LIST-Appendix-21
Scanned copy of RFP Document cost and tender security payment receipt.
A declaration (As per Annexure-22 stating that the tender
document/addendums/clarifications, if any, placed upto the date of opening
of bids on the e-tendering portal [https://eprocure.gov.in/eprocure/app]
have been downloaded and considered in our tender submission and
confirming their unconditional acceptance to all the terms and conditions.
PAN Card
GST Registration No.
3.15.3 The Financial Proposal shall be uploaded online on the website
https://eprocure.gov.in/eprocure/app. The rates shall be quoted in the excel file
provided in the bid documents. The tenderer shall download the excel file and after
Contract: OSR-01/2019
Page 26 of 92
quoting their rates upload the same accordingly. The rates shall not be
offered/quoted elsewhere in the technical submission/ tender submission.
3.16 BIDDER’S RESPONSIBILITY
3.16.1 It would be deemed that prior to the submission of the Bid; the Bidder has made a
complete and careful examination of:
a) The requirements and other information set forth in this RFP document.
b) The various aspects of the Project including, but not limited to the following:
(i) Existing facilities, and operational requirements.
(ii) All other matters that might affect the Bidder‟s performance under the terms of
this RFP, including all risks, costs, liabilities and contingencies associated with
the Work.
c) All the Bids shall be signed by the Bidder or the duly authorized signatory of
the Bidder.
d) Bidder may visit the Project Site at its own cost before submitting the Bid.
3.16.2 The DMRC shall not be liable for any mistake or error or neglect by the Bidder in
respect of the above. The Bids that are not substantively responsive to the
requirements of this RFP document shall be rejected as non responsive.
3.17 MODIFICATION AND WITHDRAWAL OF PROPOSALS
3.17.1 No Proposal shall be modified or withdrawn by the Bidder after the last date of
submission.
3.17.2 Withdrawal of a Bid during the interval between Bid Due Date and the expiration of
the Bid Validity Period would result in the automatic forfeiture of the tender security.
3.18 OPENING OF BIDS
3.18.1 The Technical Package of all tenderers who have submitted a valid tender security
and cost of tender document shall be opened in the presence of representatives of
tenderers who choose to attend on date & time as mentioned in tender document in
the office of the Chief General Manager/contracts, DMRC, 5th floor, A-Wing, Metro
Bhawan, Fire Brigade Lane, Barakhamba Road, New Delhi –110001. Tenderers
may visit DMRC e-procurement web-site https://eprocure.gov.in/eprocure/app to
know latest Technical Opening information after completion of opening process. If
such nominated date for opening of Tender is subsequently declared as a Public
Contract: OSR-01/2019
Page 27 of 92
Holiday by the DMRC, the next official working day shall be deemed as the date of
opening of Technical Package. The Tender of any tenderer who has not complied
with one or more of the foregoing instructions may not be considered.
3.18.1 (a) On opening of the Tender, DMRC will first check the tender cost and tender
security through online mode by cross verifying with the hard copy submitted or
with the details of online transaction.
3.18.1(b) If the documents do not meet the requirements of the DMRC, a note will be
recorded accordingly by the Tender Opening Authority.
3.18.1(c) The tenderers name, details of the tender security and such other details as the
DMRC or his authorized representative, at his discretion, may consider
appropriate will be announced at the time of tender opening.
3.18.1(d) The digitally signed financial package which tenderer have uploaded online
will be opened on a subsequent date after evaluation of technical packages.
Financial packages of only those tenderers whose submissions are found
substantially responsive and technically compliant to the tender conditions will
be opened. The time of opening of financial package shall be informed through
website only. Tenderers can visit to DMRC e-procurement website for further
information.
3.18.2 The DMRC reserves the right to reject any Proposal and forfeit the tender
security, if
a) It is not signed, sealed and marked as stipulated in Clause 3.15.
b) The information and documents have not been submitted as requested and
in the formats specified in the RFP.
c) There are inconsistencies between the Proposal and the supporting
documents.
d) It does not mention the validity period as set out in Clause 3.13.
e) It provides the information with material deviations, which may affect the
scope or performance of the Project.
f) There are conditions proposed with the Technical and/or Financial
Proposals.
3.18.3 A material deviation or reservation is one:
a) which affects in any substantial way, the scope, quality, or performance of
the Project, or
Contract: OSR-01/2019
Page 28 of 92
b) which limits in any substantial way, inconsistent with the RFP document, the
DMRC‟s rights or the Bidder‟s obligations, or
c) which would affect unfairly the competitive position of other Bidders‟
presenting substantially responsive Bids.
d) No request for modification or withdrawal shall be entertained by the DMRC
in respect of such Proposals.
3.19 RESPONSIVENESS OF BIDS
3.19.1 Before evaluation of Bids, DMRC will determine whether the Bid is responsiveness
to the requirements of Bid Documents. A Bid/Proposal shall be considered
„responsive‟ only if:-
i) it is received by the deadline for submission of Bid/Proposal;
ii) It contains information complete in all respect as required in the Bid
Documents(in the formats specified);
iii) it is signed, sealed and marked as stipulated;
iv) it is accompanied by receipt of Bid Document Fee;
v) it is accompanied by the acceptable tender security/ Bid Security;
vi) it is accompanied by the relevant Power(s) of Attorney(ies) and Undertakings
as specified in Bid Forms;
vii) The document is accompanied by the Checklist as prescribed.
3.19.2 If any of the above criteria is not fulfilled, in any manner whatsoever, the proposal
shall be treated as non-responsive. The decision of DMRC on the responsiveness
of the Bid shall be final and conclusive and binding on the Bidder and shall not be
called into question by any Bidder on any ground whatsoever. Any Bid/Proposal
which is non responsive shall be rejected.
3.19.3 To facilitate checking the responsiveness and evaluation of Bids, DMRC may at its
sole discretion, without being under any obligation to do so, reserves the right to call
for any clarification from any Bidder regarding its Bid. Such clarification(s) shall be
provided within the time specified by DMRC for this purpose. If the Bidder does not
provide the clarification sought within the prescribed time, its Bid shall be liable to be
rejected. In case it is not rejected, DMRC may proceed to evaluate the Bid by
construing the particulars requiring clarification to the best of its understanding.
Contract: OSR-01/2019
Page 29 of 92
3.19.4 No Bidder shall however have the right to give any clarification unless asked for by
DMRC, in any manner whatsoever, with the bidding process, to intervene in, any
manner whatsoever, in the bidding process.
3.20 EVALUATION OF BIDS
The Bids of the Bidders shall be evaluated in two stages. “Tender Security” and
“Technical Qualification” will first be evaluated which will cover following items:
3.20.1 First of all it will be determined whether each tender is accompanied with the valid
tender security i.e. the required amount and in an acceptable form as stated in
Clause 3.10 above. Tenders not accompanied with the valid tender security shall
be rejected and may not be evaluated further. Other aspects of technical evaluation
will be done as per Clause 3.5, 3.6, 3.8, 3.13, 3.18 and 3.19 above.
3.20.2 Tenders not considered substantially responsive and not full-filling the requirements
of the tender document as evaluated above shall be rejected by DMRC and shall
not be allowed subsequently to be made responsive by correction or withdrawal of
the nonconforming deviation or reservation.
3.20.3 If any tender is rejected, pursuant to paragraph 3.20.2 above, the Financial Package
of such tenderer shall not be opened.
3.20.4 The decision of the DMRC as to which of the tenders are not substantially
responsive shall be final.
3.20.5 In case of those Bidders who have not met the eligibility criteria then the Financial
Bids of such tenderer shall not be opened.
3.21 Evaluation of Financial Proposals:
All technically acceptable tenders will be eligible for opening of their financial
proposals. The DMRC shall notify all technically qualified Tenderers to attend the
opening of the financial proposal. The financial proposal will then be opened online
in front of attending Tenderers. The evaluation of Financial Bids will be as under:
3.21.1 The evaluation of Financial Bids of the Bidders will be made on One Time upfront
payment filled in BOQ sheet.
3.21.2 In respect of one time Upfront Money, bidder shall quote his bid without GST. The
One time Upfront Money quoted must not be less than Rs 5 crores. GST, as
applicable will be payable by the Bidder in addition to the fixed lump sum amount
quoted above. If the fixed lump sum amount quoted by the bidder is less than Rs 5
crores, then his bid will be considered non-responsive.
3.21.3 The Bidder who quotes the maximum amount of one time Upfront Payment in BOQ
will become the Highest Bidder (H1).
Contract: OSR-01/2019
Page 30 of 92
3.21.4 Work would be awarded to three bidders only at the rate of highest bidder (H1). If
the existing service provider i.e. M/s One 97 Communication Limited qualify the
technical criteria, one position will be reserved for existing operator i.e. M/s One 97
Communication Limited out of the three bidder. In case M/s One 97 Communication
Limited is not H1 and decline the counter offer to work at the rates of the highest
bidder, then the work would be awarded to top three bidders H1, H2 & H3.
3.21.5 The Bidders with the highest Bid may also be requested to make a presentation at
their own cost, for clarifications, additional information on Bidder‟s capability,
concept plan and the business proposal in this regard to DMRC. DMRC may seek
further clarifications and make suggestions in respect of the proposal which should
not in any manner effect a change in the amount quoted by such Bidder or the
manner of its payment and also should not constitute any material deviation
affecting the relative position of any Bidder and also should not be inconsistent in
any substantial way with the Bid Documents. The Bidder shall be obliged to
incorporate these suggestions in his planning/proposals.
3.22 Counter Offer at Highest Rates:
3.22.1 Three Bidders will be awarded for this work.
3.22.2 Counter offer (in two copies) at H1 rates may be given to next 02 highest bidders
(i.e. H2 and H3) subject to clause 3.21.4. These bidders shall return one copy of
Counter offer to the office of CGM/Contracts, within one week from the date of issue
of Counter offer stating their acceptance of Counter offer.
3.22.3 In case any bidder backs out from the counter offer, then the offer may be given to
the next highest eligible bidder i.e. H-4 onwards.
3.23 Award Criteria:
3.23.1 Subject to clause of ITT, the Employer will award the contract to the tenderer, whose
tenders have been determined to be substantially responsive, technically &
financially suitable, complete and in accordance with the tender documents and
a) Whose evaluated quoted price is determined to be Highest (i.e. H1)
b) Other than H1, who have accepted the counter offer.
3.24 RIGHT TO REJECT BIDS
3.24.1 The DMRC reserves the right to reject any Bid if it is of the opinion that the Bidder
lacks the expertise, experience and is not in possession of requisite setup required
for the purpose of the Project. The discretion of the competent authority of DMRC in
this respect shall be final and binding on all the Bidders.
3.24.2 The DMRC reserves the right to reject any/all Bids including the highest Bid or
withdraw the Bid at any stage without assigning any reasons whatsoever. Nothing
contained herein shall confer a right upon a Bidder or any obligation upon the
DMRC.
Contract: OSR-01/2019
Page 31 of 92
3.24.3 The Bidder hereby voluntarily and unequivocally agrees that DMRC shall not be
under any obligation or be liable for any acceptance, rejection or annulment of
any/all Bids and the Bidder shall not to seek any claims, damages, compensation or
any other consideration whatsoever on this account, from DMRC.
3.25 MISREPRESENTATION/FRAUD/BREACH OF TERMS AND CONDITIONS
If it is discovered at any point of time that any Bidder has suppressed any facts or
has given a false statement or has made any misrepresentation or has committed a
fraud or has violated any of the terms of this Bid, the Bid shall be disqualified by
DMRC. If the Bidder is a Consortium/ JV, then the entire Consortium/ JV and each
Member shall be disqualified/ rejected. In such an event, the Bidder shall not be
entitled to any compensation whatsoever, or refund of any amount/s paid.
3.26 DISPUTES
3.26.1 All disputes between the successful Bidder and DMRC shall be settled as per the
Dispute Resolution procedure elaborated in the Clause 12 of General Terms and
Condition. During the bidding process, no dispute of any type would be entertained.
Even in such cases where DMRC asks for additional information from any Bidder,
the same cannot be adduced as a reason for citing any dispute.
3.26.2 The Courts at Delhi shall have the sole & exclusive jurisdiction to try all the cases
arising out of this RFP document.
3.27 CONFIDENTIALITY
3.27.1 The information relating to the examination, clarification, evaluation and
recommendation for the short-listed Bidders shall not be disclosed to any person not
officially concerned with the process. DMRC will treat all the information submitted
as part of all the proposals in confidence and will insist that all that have access to
such material treat it in confidence. DMRC will not divulge any such information
unless it is ordered to do so by any Government Authority that has the power under
law to require its disclosure or due to statutory compliances.
3.28 ACCEPTANCE OF THE OFFER
3.28.1.Prior to the expiry of the period of tender validity prescribed by the Employer, the
Employer will notify the successful Bidder Telephonically and by uploading the
scanned copy of Letter of Acceptance (LOA) on e-tendering portal to confirm that
his tender has been accepted. The successful bidder can also download the copy
of Letter of Acceptance (LOA) issued to them. The “Letter of Acceptance” will be
issued under signature of a Director of DMRC or of The Chief General
Manager/Contracts. The “Letter of acceptance” will be sent in duplicate to the
Contract: OSR-01/2019
Page 32 of 92
successful Bidder, who will return one copy to the Employer duly acknowledged
and signed by the authorized signatory indicating their unconditional acceptance,
within one week of receipt of the same by him. No correspondence will be
entertained by the Employer from the unsuccessful Bidders.
3.28.2 The Letter of Acceptance will constitute a part of the contract.
3.28.3 Upon “Letter of Acceptance” being signed and returned by the successful Bidder
as per Clause F3.1, the employer will promptly notify the unsuccessful Bidders and
discharge / return their tender securities.
3.29 EXECUTION OF CONTRACT AGREEMENT
3.29.1 Successful Bidder is required to deposit Performance Security and Upfront amount/
Any other amount required within stipulated time period as mentioned in LOA. In
case successful bidder fails to submit the same as advised in the LOA within 30
(thirty) days time period, same can also be submitted with interest as detailed
below:-
(a) Up to 30 days – Nil
(b) 31st to 45th day -2% Flat of Upfront Money
(c) 46th to 60th day – 3% Flat Upfront Money
The aforementioned interest is excluding GST and shall be charged on the balance
amount remaining unpaid as per the LOA, This amount shall be submitted in the
form of Demand Draft/ Pay order/ RTGS/NEFT only in favour of DMRC Ltd, &
payable at New Delhi. Account Details for RTGS/NEFT of Upfront Money will be
provided letter.
After 60th days of issue of LOA if the Contractor fails to comply with the terms and
conditions of LOA, the LOA may be cancelled and EMD/any other amount
submitted may be forfeited by DMRC.
3.29.2 The Contract Agreement shall be executed within 30 days of receipt of LOA
payment, the Selected Bidders shall submit the certified true copies of all
resolutions adopted by its/their Board of Directors authorizing it/them for the
execution, delivery and performance of this Agreement to the DMRC.
3.29.3 Deleted
3.29.4 The responsibility for Contract agreement shall vest with the selected bidders and
the cost of stamp duty for execution of the Contract Agreement, and any other
related documentation charges and the incidental charges will be borne by the
Selected Bidders.
3.29.5 In case of failure to sign the Contract Agreement within the stipulated time, the
DMRC shall retain the right to cancel the LOA and forfeit the Bidder‟s tender
security and any other amount deposited till that time without being liable in any
manner whatsoever to the Selected Bidders.
Contract: OSR-01/2019
Page 33 of 92
3.29.6 The failure to meet the abovementioned conditions, shall be construed as a breach
of the Selected Bidder and DMRC shall be entitled to cancel the LOA without being
liable in any manner whatsoever to the Selected Bidder and appropriate the tender
security and any other amount deposited till that time as „Damages‟.
3.30 UNSUCCESSFUL BIDDERS
The Tender Security of tenderers who fail in technical evaluation shall be returned
after opening of financial package. Tender security of the unsuccessful tenderers in
financial opening shall be released after issue of the Letter of Acceptance (LOA) to
the successful tenderer or finalization of tender. The tender security/ bid security
shall be returned without payment of any interest.
Contract: OSR-01/2019
Page 34 of 92
Schedule -1
(On Rs. 100/- non-judicial stamp paper)
FORM OF PERFORMANCE SECURITY (GUARANTEE) BY BANK
1. This deed of Guarantee made this day of ………………. (Month& year) between Bank
of…………………. …………. (hereinafter called the “Bank”) of the one part, and Delhi
Metro Rail Corporation Limited (Hereinafter called “the Employer”) of the other part.
2. Whereas Delhi Metro Rail Corporation Limited has awarded the contract for ………(Name
of work as per Clause 1.1.1 of NIT) (Hereinafter called the “Contract” ) to
…………………………… (Name of the Contractor) (Hereinafter called “the Contractor”).
3. AND WHEREAS the Contractor is bound by the said Contract to submit to the Employer a
Performance Security for a total amount of ………………… (Amount in figures and words).
4. Now, we the Undersigned ……………………………………. (Name of the Bank) being
fully authorized to sign and to incur obligations for and on behalf of and in the name
of………………………….. (Full name of Bank), hereby declare that the said Bank will
guarantee the Employer the full amount ofRs. …………………………… (Amount in figures
and words) as stated above.
5. NOW THEREFORE, we hereby affirm that we are the Guarantor and responsible to you,
on behalf of the Contractor and we hereby unconditionally, irrevocably and without demur
undertake to immediately pay to the Employer upon first written demand and without cavil
or argument, any sum or sums within limits of ............(Amount of Guarantee) as aforesaid
without reference to the Contractor and without your needing to prove or show grounds or
reasons for your demand for the sum specified therein. The Bank shall pay to the
Employer any money so demanded notwithstanding any dispute/disputes raised by the
Contractor in any suit or proceedings pending before any Court, Tribunal or Arbitrator/s
relating thereto and the liability under this Guarantee shall be absolute and unequivocal.
6. This Guarantee is valid till ………………….. (The initial period for which this Guarantee will
be valid must be for at least 6-months (six months) longer than the original contract period.
7. At any time during the period in which this Guarantee is still valid, if the Employer
agrees to grant a time extension to the Contractor or if the Contractor fails to
complete the Works within the time of completion as stated in the Contract, or fails
to discharge himself of the liability or damages or debts as stated under Para 5,
above, it is understood that the Bank will extend this Guarantee under the same
conditions for the required time on demand by the Employer and at the cost of the
Contractor.
8. The Bank agrees that no change, addition, modifications to the terms of the
Contract Agreement or to any documents, which have been or may be made
between the Employer and the Contractor, will in no way release us from the liability
Contract: OSR-01/2019
Page 35 of 92
under this Guarantee; and the Bank, hereby, waives any requirement for notice of
any such change, addition or modification to the Bank.
9. The Guarantee hereinbefore contained shall not be affected by any change in the
Constitution of the Bank or of the Contractor.
10. The neglect or forbearance of the Employer in enforcement of payment of any moneys, the
payment whereof is intended to be hereby secured or the giving of time by the Employer for
the payment hereof shall in no way relieve the bank of their liability under this deed.
11. The expressions “the Employer”, “the Bank” and “the Contractor” hereinbefore used shall
include their respective successors and assigns.
12. Notwithstanding anything contained herein:
(a) Our liability under this Bank Guarantee shall not exceed Rs.…………… (Rs. ...........)
(b) This Bank Guarantee shall be valid up to ...........................
(c) We are liable to pay the Guarantee amount or part thereof under this Bank Guarantee
only & only if you serve upon us a written claim or demand on or before
..........................
In witness whereof I/We of the bank have signed and sealed this Guarantee on the
…………. day of …………… (Month & year) being herewith duly authorized.
For and on behalf of the…………………………. Bank.
Signature of Authorized Bank officials.
Name : ……………………………..
Designation : ……………………………..
Stamp/Seal of the Bank : ……………………………..
Signed, sealed and delivered for and on behalf of the Bank by the above named
………………. in the presence of :
Witness 1. Witness 2.
Signature ……………………… Signature ……………………….
Name …………………………… Name …………………………..
Address ……………………….. Address …………………………
Contract: OSR-01/2019
Page 36 of 92
Note :
1. The stamp papers of appropriate value shall be purchased in the name of the Bank,
who issues the „Bank Guarantee‟.
2. The „Bank Guarantee‟ shall be from the Scheduled Commercial Bank based in India,
acceptable to Employer.
3. The „Bank Guarantee‟ must be issued on the Structured Financial Messaging System
(SFMS) platform.
4. A separate copy of the BG has to be sent by the issuing bank to the Employer‟s bank
through SFMS. The details of Employer‟s bank are as under:
ICICI Bank ltd.
9A, Phelps Building, Connaught Place, New Delhi -110001
IFSC Code: - ICIC0000007.
5. Following codes are to be used by issuing bank for the purpose of Confirmation and
amendment in Bank Guarantees:-
Code Purpose
MT760 Confirmation of bank
guarantee
MT767 Amendment in bank guarantee
6. Bank Guarantee issued on the SFMS platform with any other code other than
mentioned above for the purposes shall not be acceptable to the employer.
Contract: OSR-01/2019
Page 37 of 92
Schedule -2
CONTRACT AGREEMENT:
This Contract Agreement is made at New Delhi on the …………. day of ……….. (Month and Year) Between Delhi Metro Rail Corporation Limited, 5th Floor, Metro Bhawan, Fire Brigade Lane, Barakhamba Road, New Delhi –110 001 hereinafter called “the Employer” of the one part and ……….……………..….. (Name & Address of Contractor) hereinafter called “the Contractor” of the other part. Whereas the Employer is desirous that (*** certain Goods and Services should be provided and) the Works should be executed, viz. ………….(Name of work as mentioned under Clause 1.1.1 of NIT) hereinafter called “the Works” and has accepted a Tender by the Contractor for the execution and completion of such works (*** as well as guarantee of such works) and the remedying of defects therein.
This agreement is signed between ……………………………………………. (for and on behalf of the Employer) and ……………………………………………………. (for and on behalf of the Contractor).
NOW THIS AGREEMENT WITNESSETH as follows:
1. In this Agreement words and expression shall have the same meanings as are respectively assigned to them in the Conditions of Contract hereinafter referred to.
2. The following documents shall be deemed to form and be read and construed as part of this Agreement. These documents shall be signed by……………………………………….. (for and on behalf of the Employer) and ………………………………………………… (for and on behalf of the Contractor).
a) Project Background b) Notice Inviting Tender (NIT) c) Instructions to Tenderers (ITT) (Including Annexures & Appendices) d) General Terms and Conditions e) Scope of Work f) Bill of Quantities g) Form of Tender with Appendix h) Letter of acceptance (LOA) i) Addenda (If any) j) Any other item as applicable
3. In consideration of the payments to be made by the Employer to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the Employer to execute and complete the works by **……………. and remedy any defects therein in conformity in all respects with the provisions of the Contract.
4. The Employer hereby covenants to pay the Contractor in consideration of the execution and completion of the works and the remedying of defects therein, the Total Contract Price of **` …………………… being the sum stated in the letter of acceptance subject to such additions thereto or deductions there from as may be made under the provisions of the Contract at the times and in the manner prescribed by the Contract.
5. OBLIGATION OF THE CONTRACTOR
The contractor shall ensure full compliance with tax laws of India with regard to this contract and shall be solely responsible for the same. The contractor shall submit copies of acknowledgements evidencing filing of returns every year and shall keep the Employer fully indemnified against liability of tax, interest, penalty etc. of the contractor in respect thereof, which may arise.
Contract: OSR-01/2019
Page 38 of 92
6. JURISDICTION OF COURT
The Courts at Delhi/ New Delhi shall have the exclusive jurisdiction to try all disputes arising out of this agreement between the parties.
This contract is made in three copies with identical wording. Both parties having thoroughly read and understood the contents hereof sign their names and affix the seal (if any) in the presence of witness and each shall retain one copy.
IN WITNESS WHEREOF the parties hereto have caused their respective Common Seals to be hereunto affixed / (or have hereunto set their respective hands and seals) the day and year first above written.
For and on behalf of the Contractor
For and on behalf of the Employer
Signature of the authorized official Signature of the authorized official
Name of the official Name of the official
Stamp/Seal of the Contractor Stamp/Seal of the Employer
SEALED, SIGNED & DELIVERED
By the said ………………….……(Name) on
behalf of the Contractor in the presence of :
By the said ……………….……(Name) on
behalf of the Employer in the presence of :
Witness
Name : ………………………………………….
Address : ………………………………………….
Witness
Name : ………………………………………….
Address : ………………………………………….
Note:
To be made out by the Employer at the time of finalization of the Form of Agreement. ** Blanks to be filled by the Employer at the time of finalization of the Form of
Agreement. *** To be deleted if not applicable
Contract: OSR-01/2019
Page 39 of 92
SECTION 4
GENERAL TERMS AND CONDITIONS
Contract: OSR-01/2019
Page 40 of 92
1.0 Performance Security
The Bank/aggregator shall furnish DMRC a performance security as per clause 3.11
(ITT) in format provided in Schedule-1 above.
2.0 Obligations of the Parties
1.1 The Vendor shall perform Services related to the Scope of the Work/Services as
stated in the section „Scope of Works „in section 5.
1.2 The Vendor shall exercise reasonable skill, care and diligence in the performance of
his obligations under the Agreement.
1.3 Where the Services include the co-ordination between the Vendor and other
consultants and contractors employed on the Metro Rail Project, DMRC shall
provide such co-ordination with the Vendor and AFC Contractor.
1.4 Neither party will make any promise, representation nor give any warranty or
guarantee with respect to services and products, which are not authorized by the
other party.
1.5 Neither party shall have the right or authority to assume or to create any obligation
or responsibility to assume or to bind on behalf of or in the name of other party in
any manner apart from the rights and obligation arising out of the terms and
conditions of the Contract.
1.6 Either party shall investigate and handle all complaints received from the customer
on their best effort basis. In case any complaint is filed by any customer regarding
the service under this Agreement against either of the parties, both the parties shall
cooperate with each other and in case the need arises, will provide all assistance
including all documents as may be required to resolve the complaint at the earliest.
1.7 Not used.
1.8 Any communication material or any other printed material, advertisement material
and the like which is used for the purpose of promotion undertaken in respect of
services agreed under this Agreement shall have the logo of both the parties and
shall be printed only after sample approval by both parties.
3.0 Assistance to the Vendor
3.1. DMRC shall assist the Vendor in:
3.1.1. Providing unobstructed access wherever it is required for providing the Services as
per the Scope of Work.
3.1.2. Not used.
4.0 Duration of Contract
4.1. The period of the contract for „Selecting third party website/Mobile app for
online and mobile transaction for DMRC smart card recharge" will be three
years (plus 16 weeks for interface, deployment, testing and commissioning)
extendable for a period as may be mutually agreed and upon such terms and
conditions as may be decided by the Parties.
5.0 Agreement Effective Date of Contract
Contract: OSR-01/2019
Page 41 of 92
5.1. This Contract shall come into force and effect on the date of issue of Letter of
Acceptance (LOA) by DMRC. This LOA shall continue to remain an active
agreement between employer and the Bidder till formal contract agreement has
been signed.
6.0 Force Majeure
6.1. Force Majeure Events shall mean one or more of the following acts or events:
(a) acts of God or events beyond the reasonable control of the affected Party
which could not reasonably have been expected to occur, exceptionally
adverse weather conditions, lightning, earthquake, cyclone, flood, volcanic
eruption, fire or landslide;
(b) strikes or boycotts (other than those involving the Vendor or its employees/
representatives or attributable to any act or omission of any of them)
interrupting supplies and services to the public for a period exceeding a
continuous period of seven (7) days;
(c) an act of war (whether declared or undeclared), invasion, armed conflict or
act of foreign enemy, blockade, embargo, riot, insurrection, terrorist or
military action, civil commotion which prevents or restricts the performance
by the Vendor of its obligations for a period exceeding a continuous period
of seven (7) days;
(d) any failure or delay of a contractor or supplier, but only to the extent caused
by another Force Majeure Event.
6.2. As soon as practicable and in any case within 7 days of the date of occurrence of a
Force Majeure Event or the date of knowledge thereof, the affected party shall notify
other Parties of the same, setting out the details of such Force Majeure Event.
6.3. Upon the occurrence of any Force Majeure Event, the following shall apply:
(i) There shall be no Termination;
(ii) The Parties shall bear their respective costs and no Party shall be required
to pay to the other Party any costs arising out of such Force Majeure Event;
(iii) The period of evaluation of performance for penalty determination will
exclude the period for which the Force Majeure events persist.
6.4. Upon the cessation of any Force Majeure Event, the Parties shall immediately
resume their respective obligations.
7.0 Event of Default and Termination
7.1. The Event of Default of the Vendor for each of the Projects shall be as set out
below:
Contract: OSR-01/2019
Page 42 of 92
(i) Material Breach to meet any of its obligations (viz not paying the amount as
per Clause 19, General Terms and Conditions) and which breach the
Vendor fails to cure for a period of 30 days;
(ii) The Vendor has abandoned the Project(s);
(iii) The Vendor has been declared insolvent;
(iv) A resolution has been passed for voluntary winding up of the Vendor;
(v) Any petition for winding up of the vendor has been admitted and liquidator
or provisional liquidator has been appointed or the vendor has been ordered
to be wound up by Court of competent jurisdiction, except for the purpose of
amalgamation or reconstruction with the prior consent of DMRC provided
that, as part of such amalgamation or reconstruction and the amalgamated
or reconstructed entity has unconditionally assumed all obligations of the
Vendor;
(vi) The Vendor has unlawfully repudiated the Contracts or has otherwise
expressed an intention not to be bound by the Contracts.
7.2. In the Event of Default of the Vendor in relation to the Project and/, DMRC shall,
without prejudice to any other right that it may have, be entitled to encash the
Performance Security(ies) for such project(s) and Terminate that Contract or in its
sole discretion the Contracts.
7.3. DMRC reserves the right to terminate the Contract by giving 2 (two) months
advance notice in writing to the Vendor, without assigning any reason thereof.
During the notice period Vendor will inform its customers of the date up to which
CSC shall be topped-up on behalf of DMRC, and Vendor shall not provide this
service to any customer of DMRC after the date of termination. On the termination
of the contract, the amount collected by Vendor shall be immediately credited in to
the account of DMRC, failing which Vendor shall pay to the DMRC, penal interest at
the rate applicable for its term deposits for that period, till the date such amount is
paid to DMRC.
8.0 Effect of Termination
8.1. Notwithstanding any other rights and remedies provided elsewhere in the
Agreement, on termination of this Contract:
8.2. Neither party will represent the other party in any of its dealings. Either party shall
not intentionally or otherwise commit any act(s) as would keep a third party to
believe that the other party is still providing services as provided under this
Contract.
8.3. Both the parties will settle, within seven working days of Termination of this Contract
all the outstanding dues of the other party save and except the dues under dispute.
8.4. Each party shall not use each other‟s name, trademark, brand name, logo, etc. in
any audio or visual form after termination of this Contract.
Contract: OSR-01/2019
Page 43 of 92
8.5. The expiration or termination of the Contract for any reason whatsoever shall not
affect any obligation of either party having accrued under the Agreement prior to the
expiration or termination of the Contract and such expiration or termination shall be
without prejudice to any liabilities of either party to the other party existing at the
date of expiration or termination of the Contract.
9.0 Notices
9.1. Any notice, request or consent required or permitted to be given or made pursuant
to this Contract shall be in writing. Any such notice, request or consent shall be
deemed to have been given or made when delivered in person to an authorized
representative of the party to whom the communication is addressed, or when sent
by registered mail, telex, telegram or facsimile to such Party at the address given in
the proposal document for issue of proposal document.
10.0 Jurisdiction of Courts
10.1. The Courts at Delhi shall have the exclusive jurisdiction to try all disputes between
the parties arising out of the Contract(s).
11.0 Indemnity
11.1. The Vendor shall protect, defend, hold DMRC harmless and indemnified against
any legal, Quasi-legal or civil implications that may arise out of any dispute, error of
omission or commission, any lapse or laxity solely on account of Vendors operation
of the customers with Vendor. Vendor shall also agree to protect, defend, hold
harmless and to keep indemnified, the DMRC, against any claims of customers on
occurrence of any default on its part on account of its failure to remit payment or
information regarding such payments, in accordance with payment instructions to
the concerned authority of DMRC, (within the period specified in terms of the
contract) which has a material and substantial effect on the interest of such
customers.
11.2. Should any proceedings be undertaken which may give rise to Vendors‟s liability
under the contract, DMRC shall provide vendor with prompt notice and an
opportunity to participate in any such proceedings to represent its interest
appropriately.
11.3. DMRC agrees to protect, defend, hold Vendor harmless and indemnified against
any legal, Quasi-legal or civil implications that may arise out of any dispute, error of
omission or commission, any lapse or laxity solely on account of Metro operations.
DMRC also agrees to protect, defend, hold harmless and to keep indemnified, the
Vendor, against any claims of customers on occurrence of any default on its part on
account of its failure to update the Contactless Smart Card e-purse with the top-up
amount or information regarding such payments, in accordance with payment
instructions to the concerned authority of Vendor, (within the period specified in
terms of the contract) which has a material and substantial effect on the interest of
such customers.
11.4. Should any proceedings be undertaken which may give rise to DMRC‟s liability
under the contract, Vendor shall provide DMRC with prompt notice and an
Contract: OSR-01/2019
Page 44 of 92
opportunity to participate in any such proceedings to represent its interest
appropriately.
12: DISPUTE RESOLUTION
12.1 Amicable Resolution
12.1.1 No legal action till Dispute Settlement Procedure is exhausted.
Any and all Disputes shall be settled in accordance with the provisions of Article 12.
No action at law concerning or arising out of any Dispute shall be commenced
unless and until all applicable Dispute resolution procedures set out in Article 12
shall have been finally exhausted in relation to that Dispute or any Dispute out of
which that Dispute shall have arisen with which it may be or may have been
connected.
12.1.2 Notice of Dispute
For the purpose of Sub-Clause 12.1.2, a Dispute shall be deemed to arise when
one party serves on the other party a notice in writing (hereinafter called a "Notice of
Dispute") stating the nature of the Dispute provided that no such notice shall be
served later than 28 days after the date of issue of Performance Certificate by the
Engineer.
12.1.3 Two Stages for Dispute Resolution
Disputes shall be settled through two stages:
a) Conciliation procedures as established by “The Arbitration and Conciliation Act-
1996” & amended by the Arbitration & Conciliation ( Amendment ) Act, 2015
and any statutory modification or re-enactment thereof and in accordance with
this Clause. In the event this procedure fails to resolve the Dispute then;
b) Arbitration procedures undertaken as provided by “The Arbitration and
Conciliation Act -1996” & amended by the Arbitration & Conciliation
(Amendment) Act, 2015 and any statutory modification or re-enactment thereof.
and in accordance with this Clause.
12.1.4 Conciliation
Within 60 days of receipt of Notice of Dispute, either party shall refer the matter in
dispute to conciliation.
Conciliation proceedings shall be initiated within 30 days of one party inviting the
other in writing to Conciliation. Conciliation shall commence when the other party
accepts in writing this invitation. If the invitation is not accepted then Conciliation
shall not take place. If the party initiating conciliation does not receive a reply within
30 days from the date on which he sends the invitation he may elect to treat this as
a rejection of the invitation to conciliate and inform the other party accordingly.
Contract: OSR-01/2019
Page 45 of 92
The Conciliation shall be undertaken by one Conciliator selected from a panel of
Conciliators maintained by the Employer. The Conciliator shall assist the parties to
reach an amicable settlement in an independent and impartial manner.
12.1.5 Conciliation Procedure
a) The Employer shall maintain a panel of Conciliators, who shall be from serving
or retired engineers of Government Departments, or of Public Sector
Undertakings. Out of this panel, a list of three Conciliators shall be sent to the
Contractor who shall choose one of them to act as Conciliator and conduct
conciliation proceedings in accordance with “The Arbitration and Conciliation
Act, 1996” of India & amended by the Arbitration & Conciliation (Amendment )
Act, 2015 and any statutory modification or re-enactment thereof.
There will be no objection if conciliator so nominated is a serving employee of
DMRC who would be Deputy HOD level officer and above.
The Employer and the Contractor shall in good faith co-operate with the
Conciliator and, in particular, shall endeavor to comply with requests by the
Conciliator to submit written materials, provide evidence and attend meetings.
Each party may, on his own initiative or at the invitation of the Conciliator,
submit to the Conciliator suggestions for the settlement of the dispute.
When it appears to the Conciliator that there exist elements of a settlement
which may be acceptable to the parties, he shall formulate the terms of a
possible settlement and submit them to the parties for their observations. After
receiving the observations of the parties, the Conciliator may reformulate the
terms of a possible settlement in the light of such observations.
If the parties reach agreement on a settlement of the dispute, they may draw
up and sign a written settlement agreement. If requested by the parties, the
Conciliator may draw up, or assist the parties in drawing up, the settlement
agreement. When the parties sign the settlement agreement, it shall be final
and binding on the parties and persons claiming under them respectively.
The Conciliator shall authenticate the settlement agreement and furnish a
copy thereof to each of the parties. As far as possible, the conciliation
proceedings should be completed within 60 days of the receipt of notice by the
Conciliator.
The parties shall not initiate, during the conciliation proceedings, any arbitral
or judicial proceedings in respect of a dispute that is the subject matter of the
conciliation proceedings.
12.1.6 Termination of Conciliation Proceedings
The conciliation proceedings shall be terminated:
a) by the signing of the settlement agreement by the parties on the date of
agreement; or
Contract: OSR-01/2019
Page 46 of 92
b) by written declaration of the conciliator, after consultation with the parties, to the
effect further efforts at conciliation are no longer justified, on the date of
declaration; or
c) by a written declaration of the parties to the conciliator to the effect that the
conciliation proceedings are terminated, on the date of declaration; or
d) by a written declaration of a party to the other party and the conciliator, if
appointed, to the effect that the conciliation proceedings are terminated, on the
date of declaration.
Upon termination of the conciliation proceedings, the conciliator shall fix the costs of
the conciliation and give written notice thereof to the parties. The costs shall be
borne equally by the parties unless settlement agreement provides for a different
apportionment. All other expenses incurred by a party shall be borne by that party.
12.2 Arbitration
If the efforts to resolve all or any of the disputes through conciliation fails, then such
disputes or differences, whatsoever arising between the parties, arising out of
touching or relating to construction/ manufacture, measuring operation or effect of
the Contract or the breach thereof shall be referred to Arbitration in accordance with
the following provisions:
a) Only such dispute(s) or difference(s) in respect of which notice has been made
but could not be settled through Conciliation, together with counter claims or set
off, given by the Employer, shall be referred to arbitration. Other matters shall
not be included in the reference.
b) The Arbitration proceedings shall be assumed to have commenced from the
day, a written and valid demand for arbitration is received by Managing Director,
Delhi Metro Rail Corp. Rail Limited, New Delhi (MD/DMRC).
c) The disputes so referred to arbitration shall be settled in accordance with the
Indian Arbitration & Conciliation Act, 1996 & amended by the Arbitration &
Conciliation (Amendment) Act, 2015 and any statutory modification or re-
enactment thereof.
Further, it is agreed between the parties as under:
12.2.1 Number of Arbitrators: The arbitral tribunal shall consist of:
i) Sole Arbitrator in cases where the total value of all claims in question added
together does not exceed Rs. 2.00 crores;
ii) 3 (Three) arbitrators in all other cases.
12.2.2 Procedure for Appointment of Arbitrators: The arbitrators shall be appointed as per
following procedure:
i) In case of Sole Arbitrator: Within 60 days from the day when a written and valid
demand for arbitration is received by MD/DMRC, the Employer will forward a
panel of 03 names to the Contractor. The Contractor shall have to choose one
Arbitrator from the panel of three, to be appointed as Sole Arbitrator within 30
days of dispatch of the request by the Employer. In case the Contractor fails to
Contract: OSR-01/2019
Page 47 of 92
choose one Arbitrator within 30 days of dispatch of the request of the Employer
then MD/DMRC shall appoint anyone Arbitrator from the panel of 03 Arbitrator
as sole Arbitrator.
ii) In case of 3 Arbitrators:
a) Within 60 days from the day when a written and valid demand for Arbitration
is received by MD/DMRC, the Employer will forward a panel of 5 names to
the Contractor. The Contractor will then give his consent for any one name
out of the panel to be appointed as one of the Arbitrators within 30 days of
dispatch of the request by the Employer.
b) Employer will decide the second Arbitrator. MD/DMRC shall appoint the two
Arbitrators, including the name of one Arbitrator for whom consent was given
by the Contractor, within 30 days from the receipt of the consent for one
name of the Arbitrator from the Contractor. In case the Contractor fails to
give his consent within 30 days of dispatch of the request of the Employer
then MD/DMRC shall nominate both the Arbitrators from the panel.
c) The third Arbitrator shall be chosen by the two Arbitrators so appointed by
the parties out of the panel of 05 Arbitrators provided to Contractor or from
the larger panel of Arbitrators to be provided to them by Employer at the
request of two appointed Arbitrators ( if so desired by them ) and who shall
act as Presiding Arbitrator. In case of failure of the two appointed Arbitrators
to reach upon consensus within a period of 30 days from their appointment,
then, upon the request of either or both parties, the Presiding Arbitrator shall
be appointed by the Managing Director / DMRC, New Delhi.
d) If one or more of the Arbitrators appointed as above refuses to act as
Arbitrator, withdraws from his office as Arbitrator, or vacates his/their
office/offices or is/are unable or unwilling to perform his functions as
Arbitrator for any reason whatsoever or dies or in the opinion of the
MD/DMRC fails to act without undue delay, the MD/DMRC shall appoint new
Arbitrator /Arbitrators to act in his/their place except in case of new Presiding
Arbitrator who shall be chosen following the same procedure as mentioned
in para (ii)(c) above. Such re-constituted Tribunal may, at its discretion,
proceed with the reference from the stage at which it was left by the
previous Arbitrator(s).
e) The Employer at the time of offering the panel of Arbitrator(s) to be
appointed as Arbitrator shall also supply the information with regard to the
qualifications of the said Arbitrators nominated in the panel along with their
professional experience, phone nos. and addresses to the Contractor.
12.2.3 Qualification and Experience of Arbitrators (to be appointed as per sub-clause
12.2.2 above): The Arbitrators to be appointed shall have minimum qualification
and experience as under:
Arbitrator shall be;
a Working / Retired Officer (not below E-8 grade in a PSU with which DMRC has
no business relationship) of any discipline of Engineering or Accounts / Finance
Contract: OSR-01/2019
Page 48 of 92
department, having experience in Contract Management of Construction
Contracts; or
a Retired Officer ( retired not below the SAG level in Railways ) of any
Engineering Services of Indian Railways or Indian Railway Accounts Service,
having experience in Contract Management of Construction Contracts; or a
Retired Officer who should have retired more than 3 years previously from the
date of appointment as Arbitrator (retired not below E-8 grade in DMRC or a PSU
with which DMRC has a business relationship) of any Engineering discipline or
Accounts / Finance department, having experience in Contract Management of
Construction Contracts or retired judge of any High Court or Supreme Court of
India or reputed Chartered Accountant & should be member of ICAI, New Delhi.
No person other than the persons appointed as per above procedure and having
above qualification and experience shall act as Arbitrator.
12.2.4 No new claim shall be added during proceedings by either party. However, a
party may amend or supplement the original claim or defence thereof during the
course of arbitration proceedings subject to acceptance by Tribunal having due
regard to the delay in making it.
12.2.5 Neither party shall be limited in the proceedings before such arbitrator(s) to the
evidence or arguments put before the Engineer for the purpose of obtaining his
decision. No decision given by the Engineer in accordance with the foregoing
provisions shall disqualify him from being called as a witness and giving evidence
before the arbitrator(s) on any matter, whatsoever, relevant to dispute or
difference referred to arbitrator/s. Neither party shall be limited in the proceedings
before such arbitrators to the evidence nor did arguments previously put before
during settlement through Conciliation proceedings.
12.2.6 It is agreed by both the Parties that in the cases where Arbitral Tribunal is consist
of sole Arbitrator, their disputes shall be resolved by fast track procedure specified
in sub-section (3) of 29B of the Arbitration and Conciliation ( Amendment ) Act ,
2015 or as amended up to date.
12.2.7 If the contractor(s) does/do not prefer his/their specific and final claims in writing,
within a period of 90 days of receiving the intimation from the Employer/Engineer
that the final bill is ready for signature of the contractor(s), he/they will be deemed
to have waived his/their claim(s) and the Employer shall be discharged and
released of all liabilities under the contract in respect of these claims.
12.2.8 Arbitration proceedings shall be held at New Delhi, India and the language of the
arbitration proceedings and that of all documents and communications between
the parties shall be in English.
12.2.9 The Arbitral Tribunal should record day to day proceedings. The proceedings shall
normally be conducted on the basis of documents and written statements. All
arbitration awards shall be in writing and shall state item wise, the sum and
detailed reasons upon which it is based. A model Time Schedule for conduct of
Arbitration proceedings in a period of 180 days / 365 days will be made available
to Arbitral tribunal for their guidance. Both the Parties should endeavor to adhere
to time schedule for early finalization of Award.
Contract: OSR-01/2019
Page 49 of 92
12.2.10 The award of the sole Arbitrator or the award by majority of three Arbitrators as
the case may be shall be binding on all parties. Any ruling on award shall be
made by a majority of members of Tribunal. In the absence of such a majority, the
views of the Presiding Arbitrator shall prevail.
12.2.11 A party may apply for correction of any computational errors, any typographical or
clerical errors or any other error of similar nature occurring in the award of a
tribunal and interpretation of specific point of award to tribunal within 60 days of
the receipt of award.
12.2.12 A party may apply to tribunal within 60 days of receipt of award to make an
additional award as to claims presented in the arbitral proceedings but omitted
from the arbitral award.
12.3 Interest on Arbitration Award
Where the arbitral award is for the payment of money, no interest shall be payable
on whole or any part of the money for any period, till the date on which the award
is made.
12.4 Cost of Conciliation / Arbitration
The fees and other charges of the Conciliator / Arbitrators shall be as per the
scales fixed by the employer from time to time irrespective of the fact whether the
Arbitrator(s) is / are appointed by the Employer or by the Court of law unless
specifically directed by Hon‟ble Court otherwise on the matter, and shall be shared
equally by the Employer and the Contractor. However, the expenses incurred by
each party in connection with the preparation, presentation will be borne by itself.
The latest scale of fee & other charges fixed by DMRC are as per Schedule-D
enclosed.
12.5 Jurisdiction of Courts
Where recourse to a Court is to be made in respect of any matter, the court at
Delhi/ New Delhi shall have the exclusive jurisdiction to try all disputes between
the parties.
12.6 Suspension of Work on Account of Arbitration
The reference to Conciliation / Arbitration shall proceed not withstanding that the
Works shall not then be or be alleged to be complete, provided always that the
obligations of the Employer, Engineer and the Contractor shall not be altered by
reasons of arbitration being conducted during the progress of the Works. Neither
party shall be entitled to suspend the work or part of the work to which the dispute
relates on account of arbitration and payments to the Contractor shall continue to
be made in terms of the Contract.
13. Amendment to Agreement
Modification of the terms and conditions of this Contract, including any modification
of the scope of the Services, may only be made by written agreement between the
Parties.
14.0 Data Protection
Contract: OSR-01/2019
Page 50 of 92
As a matter of trust and confidentiality, DMRC as a party controlling and
administering use of all data of a personal nature that is provided by DMRC or its
commuters to vendor hereunder or is generated in connection with the contract,
vendor shall handle and process such data on behalf of DMRC and shall use such
data only in accordance with the instructions and for the purpose required by
DMRC.
15.0 Failure To Enforce
The failure of either party to enforce at any time any of the provision of this
Agreement shall not be considered to be waiver of the right of such party
thereafter to enforce such provisions.
16.0 Confidentiality
Either party shall not divulge any information relating to the trade of the other party
to any outsider. Upon termination of the Agreement either party shall immediately
return all business documentation or information to the other party.
17.0 Customer Complaints Handling
17.1 Joint complaint addressing machinery shall be set up by both DMRC and the
Vendor and customer problems shall be settled within a reasonable time frame as
per business rules to be mutually decided. The complaint handling mechanism will
also be brought into place to address customer issues.
18.0 Corrupt Practices
18.1 Bidders are expected not to indulge in any corrupt and fraudulent practice. They are
expected to observe the highest standard of ethics during the procurement and
execution of the Contracts. In pursuance of this policy, following definitions are
relevant:
(i) “Corrupt Practice” means the offering, giving, receiving or soliciting of anything
of value to influence the action of a public official in the procurement process or
in execution of the Contracts; and
(ii) “Fraudulent Practice” means misrepresentation of facts in order to influence a
procurement process or the execution of the Contracts to the detriment of
DMRC, and includes collusive practice among Bidders (prior to or after Bid
submission) designed to establish Bid prices at artificial non-competitive levels
and to deprive DMRC of the benefits of free and open competition.
18.2 If it is found that Bidder(s) had engaged in corrupt/ fraudulent practice in securing
and executing the Contracts, DMRC reserves the right:
(a) not to award Contracts to such Bidder,
(b) to cancel the Contracts, if already awarded. In case of cancellation, DMRC
shall be entitled to recover from the Bidder the amount of any loss arising
from such cancellation in accordance with the provisions of the RFP
Document. DMRC shall also have the right to forfeit the Bid Security of such
Bidder, and
Contract: OSR-01/2019
Page 51 of 92
(c) to ban the business dealing with the Bidder who engaged in such practices
either indefinitely or for a specified period of time.
19. Payment and Penalty Terms:
19.1 Fixed Charges: Vendor will pay One time upfront payment to DMRC (Sl No. 1 of
BOQ) within 30 days of signing the contract. This amount is non-refundable.
19.2 End of first year: The contractor will require to meet the target of 1.36 lakhs
transaction by the end of first year of performance evaluation (KD4). If the
contractor achieves/exceeds the target for first year, then he moves to the second
year. In case the contractor doesn't meet the target then the contract gets
terminated at KD4.
19.3 End of second year: The contractor will require to meet the target of 1.36 lakhs
transaction during the course of second year of performance evaluation (KD5). If
the contractor achieves/exceeds the target, then he moves to the third year. In case
the contractor doesn't meet the target then the contract gets terminated at KD5.
19.4 In case any fraud is found at vendor website, vendor will be solely responsible for the
same. The amount will be recovered from vendor.
Contract: OSR-01/2019
Page 52 of 92
SECTION – 5
Scope of Work
Contract: OSR-01/2019
Page 53 of 92
1. Scope of Work
DMRC plans to create online payment ecosystem through Vendor(s) to motivate
metro smart card users to do high value online recharges through third party
website and/or mobile application. .The vendor will incentivize smart card users by
doing marketing campaign so as to motivate them to do high value online
recharges.
DMRC today has an average ridership of 28 lacs passenger daily and a large
number of passenger are using online platform for their ticketing requirements.
The upward scaling of the online ecosystem will increase the customer base on the
vendor‟s platform, thereby increasing the volume of the transaction in vendor other
offerings viz utility bill payment etc.
PPIs should preferably be having Mobile Wallets/Internet wallets, as are easy to
load with multiple top-up options Conveniently tap to pay purchases with certain
merchants.
PPIs issuers have been issuing prepaid payment instruments in the country. In the
emerging scenario, it is imperative to have facilities of payment through wallet in
dmrcsmartcard.com for prepaid payment instruments.
It is envisaged to broaden the PPIs channels of top-up through the following means:
i. Mobile wallet
ii. Internet wallet
iii. Prepaid card
iv. UPI online: User can make a payment by selecting the UPI option
from website/mobile application. UPI online is available for all
three bidder.
v. Integration with DMRC QR code Ticketing
vi. Any other acceptable method of payment for topping up of smart
cards to be submitted along with this tender. The PPIs issuer may
also extend the topping-up services through other methods after
approval from DMRC.
To enable this facility, DMRC will require the assistance of an PPIs (Pre-paid
payment instruments) having approved by RBI. The selected Pre-paid payment
instruments issuers will be required to do the obligations to DMRC as detailed in the
scope of work.
2. Top-Up of CSC through various PPIs (Pre-paid payment instruments)
Channels
The Top-up of CSC shall also be accomplished through various PPIs channels viz.
Contract: OSR-01/2019
Page 54 of 92
I. Internet Payment Gateway (IPG) on DMRC Website
dmrcsmartcard.com
II. PPIs website recharge
2.1 Internet Payment Gateway (IPG) on DMRC Website dmrcsmartcard.com: The
internet payment gateway (wallet) of the PPIs issuer are to be integrated with the
DMRC website for Payment Gateway transactions.
Now when user want to add value in his account, he/she will go to DMRC site, login
into the system, select the option for payment like net banking, credit card/debit
card & select the CSC number (in case more than one CSC is associated with login
ID). The facility has all the security measure as provided for credit/ Debit card/Net
Banking transactions through internet.
Now DMRC wants to introduce Prepaid payments channel in the existing Payment
gateway.
Depending upon the option chosen by the commuter in above, the payment
interface will open up:
The secure login-page of the PPIs and prompt the commuter to enter his
login ID & password; or the code of the prepaid cards.
the amount equivalent to recharge amount will be debited from the wallet
& card will be recharged logically equivalent to the deducted amount.
In the above case the customer is immediately intimated of the success
/failure of the transactions and an electronic acknowledgement of payment is
displayed.(The customer is then returned from the payment Gateway
interface to the DMRC site – thereupon DMRC will also inform the customer
about the successful completion of the online premium payment and issue
him an acknowledgement/ receipt etc.)
PPIs issuer server will send this information (Engraved ID and Add Value
amount) to Add Value Server. After receiving the information of the card Top
up the AVM will send to Add value server which will set the flag against this
card.
DMRC receives the corresponding credit on max. T+1 days on the basis of
successful/failed transactions.
2.2 PPIs Website recharge
The passenger will visits the page of PPIs who are providing online recharge facility
to other vendor like mobile, electricity, Gas bill etc.
The PPIs will have to provide the options of DMRC Smart Card options in the
recharge list of the of their websites/MOBILE APP version.
In case of Online Mobile wallet facility:
Contract: OSR-01/2019
Page 55 of 92
the integration of the Mobile application for wallet with DMRC system is the
responsibility of the PPIs issuer. The interface documents of DMRC System will
be provided at the design stage.
The third party website/mobile app will provide the option of DMRC Smart Card
recharge in following way:
The webpage of the website/mobile app will prompt the commuter to enter his
DMRC Smart Card no. This card number will be verified with the DMRC AVM
server.
The commuter will also enter the amount to be recharged to his DMRC Smart
Card. Current balance in the card will be obtained from the DMRC AVM server.
Max possible recharge amount for this card will be defined on the basis of
current balance in the card.
the amount equivalent to recharge amount will be debited from the debit
card/credit card/netbanking/wallet account/UPI. Card will be recharged logically
equivalent to the deducted amount.
Website server will send this information (DMRC Smart Card no and recharge
amount) to DMRC AVM Server. The format of the information to be send to
DMRC AVM server is as defined in the interface document.
After receiving the information of the card recharge, the DMRC AVM server will
reply the status of the transaction which can be processed, rejected or others.
DMRC will receive the corresponding credit on maximum in T+1 days on the
basis of successful/failed transactions.
The website/mobile app needs to be certified by issuers such as EnTrust,
VeriSign, GeoTrust etc for secure communication between the customers and
their website. The communication between their server and DMRC AVM server
also has be be fully secured as mutually agreed.
The website will follow the standard procedures which may include, but not limited
to sending proper mails to customers with the information ralated to the transaction
initiated by the customers; providing prompt support to the customers etc.
The exact methodology will be finalized at the design stage.
2.3 The services proposed in the above para of section IV - Scope of work, detail different
Top-up functionalities to the CSC. However, DMRC reserves the right to cancel the
tender if the volume of transactions offered by bidders in the tender submission is
very low.
3. The scope of the services to be provided by the Vendor
3.1 Vendor shall be responsible for delivery of service through any of the methods as
defined in section IV (Scope of Work). All issues pertaining to hardware capacity /
software capability at the end of Vendor for delivering these services shall be
addressed by them. Similarly all issues pertaining to any aspect of
software/hardware including translations, modifications, adaptations or derivation of
any application shall also be addressed by Vendor.
Contract: OSR-01/2019
Page 56 of 92
3.2 Software integration between DMRC CCHS/AVM server is done by DMRC.Any
modification at Vendor system is done by Vendor. Vendor will provide detailed
interface/information for development of software required by DMRC vendor.
Vendor shall provide all the software integration between DMRC relevant servers,
Vendor System and leased line management.
3.3 Vendor shall ensure that the communication of topping-up message to CCHS/Add
value server from Vendor system shall be immediate. This is to ensure that the
commuter is able to get value-added to his CSC at the TOM/Add value machine of
metro stations immediately after he/she uses any of the specified vendor channels
for topping-up.
3.4 The Vendor shall credit the amount collected for adding value to the CSC by 10.00
hours on the next day of the transaction (i.e. T+1, where T is day of transaction) to
the designated account of DMRC, along with a statement of account; no deduction
of any nature shall be made from this amount under any circumstances whatsoever,
except when otherwise mutually agreed between the two parties.
3.5 The bidder shall have a Helpdesk for attending to the queries of the DMRC. The
Vendor shall also handle the settlement and payment related queries by the DMRC.
3.6 The Vendor shall furnish periodical reports and other information as per format
mutually agreed upon between the parties in writing hereto.
3.7 Vendor shall be responsible to take clearance from RBI/ any other agency for
settlement of transaction done between Vendor system & DMRC System.
4. The scope of the services that will be provided by the DMRC
4.1 DMRC will nominate a nodal officer to act as the single point of contact during the
period of implementation of works as defined in the scope. The nodal officer will
arrange for required clarification meetings with the agency responsible for execution
of CCHS for the DMRC network.
4.2 DMRC will facilitate the bidders to take any available fixed inventory within DMRC
premises for advertising at prevalent commercial rates.
5. Information and data security measures:
5.1 The Vendor shall take all necessary steps to ensure strict confidentiality of the
information provided by the DMRC, during the contract period, after the contract
expires or is terminated for any reason. The Vendor shall isolate and clearly identify
the DMRC‟s customer information, documents, records and assets to protect the
confidentiality of the information and build strong safeguards so that there is no
mingling of information/documents, records and assets, where the service is provided
to multiple entities from the same Hardware/ Location.
5.2 The Vendor shall not divulge any Data/information received from the DMRC to any
other person/ entity without prior written permission of the DMRC and neither will he
use the data himself for any other purpose without prior written permission from the
DMRC.
Contract: OSR-01/2019
Page 57 of 92
5.3 The Vendor, upon the written request of the DMRC, shall allow the authorized
representatives of the DMRC (including internal/ external auditors acting on its behalf),
Reserve Bank of India or any other Statutory Authority for Inspection, Audit and IS-
Audit purposes at all reasonable times to have access to its records relating to its
performance from time to time and also obtain copies of any audit or inspection or
review reports or findings made on the service provided to the DMRC.
The Vendor shall ensure that websites provides extensive automatic checks that
substantially reduce risk. These include but not limited to:
(i) Duplicate order check
(ii) Frequency of card usage
(iii) Captures IP address of cardholder performing the transaction
5.4 The Internet Payment Gateway shall employ 128-bit encryption or higher levels of
security while communicating between the AFC server and Vendors server to ensure
the security of online transactions.(As per RBI guidelines).
5.5 The Vendor shall employ both software and hardware encryption to ensure the highest
level of security.
5.6 The Switch and Payment Gateway shall have PCI DSS and EMV compliance.
6. Service
6.1 The Vendor shall provide dedicated Relationship Manager to take care of all issues of
DMRC commuters arising out of this contract.
6.2 There shall be a Contact Centre for registering complaints and dispute resolution using
an established Complaint Management System. Dedicated agents shall redress
complaints of all transactions related to this contract.
6.3 Complaint status tracking through internet and SMS shall be enabled.
7. DMRC staff training:
7.1 The Vendor shall also provide training to the staff to help them mitigate the risks
arising out of any misuse of cards.
8. MIS
8.1 Management Information reports may be provided for the transactions done through
Internet /Mobile websites.
8.2 The structure, format and periodicity of the reports can be mutually decided by Vendor
and DMRC.
8.3 The Vendor shall provide web portal for viewing online transaction history/queries with
provision of download of reports.
8.4 The reporting format shall have appropriate filters to retrieve information about specific
time period etc.
Contract: OSR-01/2019
Page 58 of 92
8.5 The transaction trace from settlement record up to channel where transaction
originated will be available – for fraud control.
9. Accounting system:
9.1 Collection / Operation Account :
The funds collected from the process of add-value to DMRC CSC using any of the
Website recharger channels as detailed in this RFP document in a collection /
operation account to be maintained with Vendor.
9.2 Settlement & Reconciliation Procedure
9.2.1 Settlement shall be automatically triggered at pre-defined cut-off time daily.
9.2.2 Post settlement, the Vendor shall process & reconcile all transactions performed via
all delivery channels.
9.2.3 It shall be possible to generate settled and unsettled transaction summary alerts.
For transactions where reconciliation has failed, they will be flagged for reversal /
dispute resolution.
9.2.4 The Daily Settlement Report (DSR) – This daily report provides summary
information of daily settlement amount for DMRC from previous day xxxx to next
day yyyy hours (period to be decided mutually by Vendor and DMRC). A monthly
settlement report will be prepared by 5th of the following month in a format &
procedure to be mutually devised by the vendor & DMRC during the contract period
9.2.5 Post settlement, Vendor shall transfer payment of settlement amount on next day
(T+1) by 12:00 hours. Where T is the transaction date. At all time, vendor will
maintain an advance of Rs 10 lakhs in settlement account.
9.2.6 The daily report format, period and methodology of reconciling transactions shall be
finalized by DMRC with the successful bidder.
10. Key Dates
The Key Dates for completion of Contract is as follows:
KD Activities Dates
KD1 Finalisation of detailed Interface with AFC Vendor DO+6 weeks
KD2 Deployment of Web Based Recharge platform DO+12weeks
KD3 Testing and Commissioning DO+16weeks
KD4 End of 1st year of evaluation DO+68 weeks
KD5 End of 2nd year of evaluation DO+120 weeks
KD6 End of contract DO+ 172 weeks
DO= Date of LOA
Contract: OSR-01/2019
Page 59 of 92
11. Transaction Charges
DMRC will pay 1% of transaction charges for successful transaction with applicable
taxes. Payment for this transaction charges will be done on monthly basis.
Contract: OSR-01/2019
Page 60 of 92
Appendix -A
List of operational Metro stations of Delhi Metro Rail Project.
S.No. Stations
S.No. Stations
1 Dilshad Garden 36 New Delhi
2 Jhilmil 37 Rajiv Chowk
3 Mansrovar park 38 Patel Chowk
4 Shahdara 39 Central Secretariat
5 Welcome 40 Udyog Bhawan
6 Seelampur 41 Lok Kalyan Marg
7 Shastri Park 42 Jorbagh
8 Kashmere Gate 43 INA
9 Tis Hazari 44 AIIMS
10 Pul Bangash 45 Green Park
11 Pratap Nagar 46 Hauz Khas
12 Shastri Nagar 47 Malviya Nagar
13 Inder Lok 48 Saket
14 Kanhaiya Nagar 49 Qutab Minar
15 Keshav Puram 50 Chhattarpur
16 Netaji Subash Place 51 Sultanpur
17 Kohat Enclave 52 Ghitorni
18 Pitam Pura 53 Arjan Garh
19 Rohini East 54 Guru Dronacharya
20 Rohini West 55 Sikandarpur
21 Rithala 56 MG Road
22 Samaypur Badli 57 IFFCO Chowk
23 Rohini Sector - 18 58 Huda City Centre
24 Haiderpur Badli Mor 59 Noida City Centre
25 Jahangirpuri 60 Golf Course
26 Adarsh Nagar 61 Botanical Garden
27 Azadpur 62 Noida Sect 18
28 Model Town 63 Noida Sect 16
29 GTB Nagar 64 Noida Sect 15
30 Vishwavidyalaya 65 New Ashok Nagar
31 Vidhan Sabha 66 Mayur Vihar Ext
32 Civil Lines 67 Mayur Vihar-I
33 Kashmere Gate 68 Akshardham
34 Chandhni Chowk 69 Yamuna Bank
35 Chawri Bazar 70 Indraprastha
Contract: OSR-01/2019
Page 61 of 92
S.No. Stations
S.No. Stations
71 Pragati Maidan 106 Karkar Duma
72 Mandi House 107 Preet Vihar
73 Barakhamba Road 108 Nirman Vihar
74 Rajiv Chowk 109 Laxmi Nagar
75 RK Ashram Marg 110 City Park
76 Jhandewalan 111 Bus Stand
77 Karol Bagh 112 Modern Industrial Estate
78 Rajendra Place 113 Tikri Border
79 Patel Nagar 114 Tikri Kalan
80 Shadipur 115 Ghevra Metro Station
81 Kirti Nagar 116 Mundka Industrial Area
82 Moti Nagar 117 Mundka
83 Ramesh Nagar 118 Rajdhani Park
84 Rajouri Garden 119 Nangloi Rly. Station
85 Tagore Garden 120 Nangloi
86 Subash Nagar 121 Surajmal Stadium
87 Tilak Nagar 122 Udyog Nagar
88 Janak Puri East 123 Peera Garhi
89 Janak Puri West 124 Paschim Vihar (West)
90 Uttam Nagar East 125 Paschim Vihar (East)
91 Uttam Nagar West 126 Madi Pur
92 Nawada 127 Shivaji Park
93 Dwaraka Mor 128 Punjabi Bagh
94 Dwarka 129 Ashok Park Main
95 Dwarka Sector - 14 130 Inder Lok
96 Dwarka Sector - 13 131 Satguru Ram Singh Marg
97 Dwarka Sector - 12 132 Kirti Nagar
98 Dwarka Sector - 11 133 Kashmere Gate
99 Dwarka Sector - 10 134 Lal Quila
100 Dwarka Sector - 9 135 Jama Masjid
101 Dwarka Sector - 8 136 Delhi Gate
102 Dwarka Sector - 21 137 ITO
103 Vaishali 138 Mandi House
104 Kaushambi 139 Janpath
105 Anand Vihar 140 Central Secretariat
Contract: OSR-01/2019
Page 62 of 92
S.No. Stations
S.No. Stations
141 Khan Market 183 Munirka
142 JLN 184 Vasant Vihar
143 Jangpura 185 Shankar Vihar
144 Lajpat Nagar 186 IGD Airport
145 Moolchand 187 Sadar Bazar
146 Kailash Colony 188 Palam
147 Nehru Place 189 Dashrathpuri
148 Kalkaji Mandir 190 Dabri Mor
149 Govindpuri 191 Janak Puri West
150 Okhla 192 Majlis Park
151 Jasola-Apollo 193 Azadpur
152 Sarita Vihar 194 Shalimar Bagh
153 Mohan Estate 195 Netaji Subash Place
154 Tuglakabad 196 Shakurpur
155 Badarpur 197 Punjabi Bagh West
156 Sarai 198 ESI Hospital
157 NHPC Chowk 199 Rajouri Garden
158 Mewala Maharajpur 200 Mayapuri
159 Sector-28 201 Naraina Vihar
160 Badkal Mor 202 Delhi Cantt.
161 Old Faridabad 203 Durgabai Deshmukh South Campus
162 Neelam Chowk Ajronda 204 Sir Vishweshwaraiah Moti Bagh
163 Bata Chowk 205 Bhikaji Cama Place
164 Escorts Mujesar 206 Sarojini Nagar
165 Sant Surdas 207 INA
166 Raja Nahar Singh 208 South Extension
167 Botanical Garden 209 Lajpat Nagar
168 Okhla Bird Sanctuary 210 Trilokpuri
169 Kalindi Kunj 211 Vinod Nagar East
170 Jasola Vihar 212 Vinod Nagar
171 Okhla Vihar 213 I.P. Extension
172 Jamia Milia Islamiya 214 Anand Vihar
173 Sukhdev Vihar 215 Karkar Duma
174 NSIC Okhla 216 Karkarduma Court
175 Kalkaji Mandir 217 Krishna Nagar
176 Nehru Enclave 218 East Azad Nagar
177 Greater Kailash 219 Welcome
178 Chirag Delhi 220 Jafrabad
179 Panchsheel Park 221 Maujpur
180 Hauz Khas 222 Gokulpuri
Contract: OSR-01/2019
Page 63 of 92
181 I.I.T 223 Johri Enclave
182 R.K.Puram 224 Shiv Vihar
Appendix B
Process of TOP UP of Contactless Smart Cards (CSC):
Acquirer Bank application Bank Server - a
AFC CCAFC Add valueServer
Acquirer Bank Server
Internet Payment Gateway
Station Computer
TOM offices
ATMs
DMRC Website
VISA/MasterCard
Bank Server - b
Bank Server - x
Bank Server - y VISA/MasterCardMember Banks
Scenario 2: Top-up of CSC outside DMRC
network
Scenario 1: Top-up and adding value to CSC at TOMs
IVRS
Bank Server - nBank Server - m
Contract: OSR-01/2019
Page 64 of 92
Appendix-C
DEFINITIONS AND ABBREVIATIONS
A. Definitions In this RFP, the following word(s), unless repugnant to the context or meaning thereof, shall have the meaning(s) assigned to them herein below:
1. Contract shall mean the Contract agreement signed with the successful bidder to this RFP for the services or any other agreement entered into between the Parties pursuant thereto
2. CSC stands for Contactless Smart Card, which is Fare media based on technology of contactless proximity cards. These contactless Cards are already in use.
3. Combo-card- A CSC which contains dual interface i.e magnetic/chip interface for Vendor related functionalities of a debit/credit card and a contactless interface for contactless smart card applications.
4. Loading/ Topping-up: Action of encoding monetary value in a CSC. This also implies encoding value on Combo-card.
5. Add-value: Topping up of additional amount to a CSC for increasing resident value in the card to enable performing journey on Delhi Metro Rail network. The value is added/deducted to/from CSC when it is physically brought in the proximity of a CSC reader/writer.
6. Stored value : The monetary value stored in a CSC.
7. Device: Any ATM of Vendor or any other device including POS terminals, Mobile phone, website.
8. TVM/AVMS: Automatic token vending machines at DMRC metro stations for sale of tokens and adding value to CSCs.
9. TOM: Ticket Office Machines provided at Ticket issuing counter in Metro Rail Stations for issuing tokens and CSCs and also perform add value to CSCs.
10. Automatic Gate: Gate provided at the line of separation between paid and unpaid areas of a Metro Station for entry/exit of passengers to/from the platform of a station.
11. Auto Top-Up: Means AFC device is able to do add value on smart card in case value in the card goes below the specification value.
12. Vendor System: Vendor switch / server / connected equipment if any, located at the Vendor premises including network of Vendor viz ATMs etc, POS devices in DMRC and any other related interfacing equipment.
13. Top-up: The process of topping up value to CSCs through any of the devices mentioned above.
14. AFC Contract means formal agreement signed between DMRC and the Automatic Fare Collection System Technology Provider for the AFC Project of DMRC.
15. Bid means the proposal submitted by the Bidder(s) in response to this RFP in accordance with the provisions hereof. Wherever „Tender‟ word is used, it shall mean the same as „Bid‟.
Contract: OSR-01/2019
Page 65 of 92
16. Bidder means an applicant who has submitted the Bid as per notice inviting tender of this RFP document.
17. Bid Security or “Earnest Money Deposit” or “EMD” shall have the meaning ascribed to it in Section III hereof.
18. Bid Process means the process of selection of the Web Based Recharge through competitive bidding and includes release of this RFP document, submission of Bids, scrutiny and evaluation of such Bids as set forth in the RFP.
19. DMRC Engineer means the Engineer responsible for the execution of contract.
20. Effective Date shall mean the date on which the Letter of Acceptance is issued by DMRC.
21. Financial Year shall mean the period starting from April 1stof any given year to March 31st of succeeding year.
22. Letter of Acceptance or “LOA” means the letter or memorandum communicating to the Successful Bidder the acceptance of its Bid.
23. Material Adverse Effect means a material adverse effect of any act or event on the ability of either Party to perform any of its obligations under and in accordance with the provisions of this Agreement and which act or event causes a material financial burden or loss to either Party.
24. Material Breach shall mean a breach by a Party of any of its obligations under this Agreement which has or is likely to have a Material Adverse Effect on the Project and which such Party shall have failed to cure.
25. MasterCard impliesMasterCard
26. OCC shall mean Operation Control Centre of DMRC located at Shastripark.
27. Pre-paid Payment Instruments: Pre-paid payment instruments are payment instruments that facilitate purchase of goods and services, including funds transfer, against the value stored on such instruments.
28. RFP Document or “RFP” shall mean this RFP document and shall include any addendum(s) issued thereto.
29. Successful Bidder or The Vendor shall mean the Bidder, whose Bid is evaluated as the most competitive following the bid evaluation process as set forth in this RFP Document and to whom a Letter of Acceptance is issued subsequently.
30. Vendor means the successful bidder of this RFP.
31. VISA - VISA International
B. Any other term(s), not defined herein above but defined elsewhere in this RFP shall have the meaning(s) ascribed to such term(s) therein and shall be deemed to have been included in this Section.
Contract: OSR-01/2019
Page 66 of 92
Appendix-D
Abbreviations
Abbreviation Expanded Form:
3DES -Triple Data Encryption Standard
AFCS- Automatic Fare Collection System
EMD -Earnest Money Deposit
DMRC –Delhi Metro Rail Corporation Limited
INR -Indian Rupee
LOA -Letter of Acceptance
NIT -Notice Inviting Tender
RBI-Reserve Bank of India
RFP- Request for Proposal
DPR - Detailed Project Report
SAM -Secure Access Module
POS - Point of Sale terminals
EDC - Electronic Data Capture
ATM - Automatic Teller Machine
EMV : Europay MasterCard Visa
NFS : National Financial Switch of NPCI
NCR: National Capital Region
IVRS – Interactive Voice Recording System
MIS: Management Information System
CCHS: Central Clearing House System of DMRC
Contract: OSR-01/2019
Page 67 of 92
SECTION 6
Form of Tender (FOT) /
(APPENDICES)
Contract: OSR-01/2019
Page 68 of 92
APPENDIX- 1
(On Company’s Letter Head)
Letter of Application
(To be submitted and signed by the Bidder‟s authorized signatory)
Chief General Manager/Contracts,
Delhi Metro Rail Corporation,
5th floor, A-Wing, Metro Bhawan,
Fire Brigade Lane, Barakhamba Road,
New Delhi –110 001
Sub: RFP for Contract OSR-01/2019 : Selecting Third party websites/ Mobile app for
online and mobile transaction for DMRC smart card recharge.
Sir,
1. Being duly authorized to represent and act for and on behalf
of...…………….(hereinafter referred to as the “Bidder”), and having studied and fully
understood all the information provided in the Bid Document, the undersigned
hereby applies as a Bidder for OSR-01/2019 : Selecting Third party websites/
Mobile app for online and mobile transaction for DMRC smart card recharge.
(hereinafter referred to as “Project”), according to the terms & conditions
provided by DMRC.
2. Our Technical & Financial Bid as per the requisite formats along with the supporting
documents, duly filled and signed on each page are uploaded online on
https://eprocure.gov.in/eprocure/app as specified.
The Tender Security as per RFP have been deposited before dead line of tender
submission as specified in NIT.
3. DMRC and its authorized representatives are hereby authorized to conduct any
inquiries/investigation to verify the statements, documents and information
submitted in connection with the application and to seek clarification regarding any
financial and technical aspects. This letter of application will also serve as
authorization to any individual or authorized representative of any institution referred
to the supporting information, to provide such information deemed necessary and
requested by your selves to verify statements and information provided in the
application or with regard to the resources, experience and competence of the
Bidder.
4. DMRC and its authorized representatives may contact the following persons for any
further information:
Contract: OSR-01/2019
Page 69 of 92
Name of the person (s): …………
Address: ……………………………………..
Phone: ……………………..…... Fax: ………………….
5. This application is made with full understanding that:
(a) Bids will be subject to verification of all information submitted at the time of
bidding.
(b) DMRC reserves the right to reject or accept any bid, cancel the bidding
process, and / or reject all bids.
(c) DMRC shall not be liable for any of the above actions and shall be under no
obligation to inform the Bidder of the same.
6. We, the undersigned declare the statements made, and the information provided in
the duly completed application forms enclosed, are complete, true and correct in
every detail.
7. We hereby confirm that we have read, understood and accepted all the detailed
terms and conditions of this RFP and Project related Information as required for the
Bid. We have also visited the Project Site for the assessment and have made our
own due diligence and assessment regarding the Project.
8. We declare that the submission of this Tender confirms that no agent, middleman or
any intermediary has been, or will be engaged to provide any services, or any other
item of work related to the award and performance of this Contract. We further
confirm and declare that no agency commission or any payment which may be
construed as an agency commission has been, or will be, paid and that the tender
price does not include any such amount. We acknowledge the right of the
Employer, if he finds to the contrary, to declare our Tender to be non-compliant and
if the Contract has been awarded to declare the Contract null and void.
9. We agree to keep our offer valid for one hundred eighty (180) days from the date of
submission of Proposal thereof and shall not make any modifications in its terms
and conditions, which are not acceptable to the DMRC and are in violation of the
terms of the Bid Documents. We hereby agree to abide by and fulfill all the terms,
conditions and provisions of the aforesaid documents.
10. This application is made with the full understanding that the validity of bids
submitted by us will be subject to verification of all information, terms and conditions
submitted at the time of bidding and its final acceptance by DMRC. We agree that,
Contract: OSR-01/2019
Page 70 of 92
without prejudice to any other right or remedy, DMRC shall be at liberty to forfeit the
entire tender security.
Authorised signatory Date:
Name and seal of Bidder Place:
Encl:
1) The tender security/s as specified in Clause 3.10 for (Rupees
_____________________ only).
2) Power Of Attorney for signing of Application Board resolution authorising the
signatory (Suggested Format at Annexure 8)
3) Memorandum of Association and Article of Association MOA/AOA
4) Relevant Submissions as per the given Form of Tender
Contract: OSR-01/2019
Page 71 of 92
APPENDIX – 2
(On Company’s Letter Head)
BILL OF QUANTITIES / PRICING DOCUMENT
We, (name of tenderer) hereby undertake that, the bill of Quantities & Schedule of
Payments duly completed in all respect has been uploaded by us in Package 2 (i.e.
Financial Package.)
SIGNATURE OF AUTHORIZED SIGNATORY OF TENDERER
Contract: OSR-01/2019
Page 72 of 92
APPENDIX – 3
(On Company’s Letter Head)
Format for Financial Proposal
(To be submitted and signed by the Bidder‟s authorised signatory.)
Chief General Manager/Contracts,
Delhi Metro Rail Corporation,
5th floor, A-Wing, Metro Bhawan,
Fire Brigade Lane, Barakhamba Road,
New Delhi –110 001
Sub: “RFP for Contract OSR-01/2019: Selecting Third party websites/ Mobile app for
online and mobile transaction for DMRC smart card recharge
Sir,
We hereby submit our Financial Offer for the Project. If the Project is awarded to us, we agree
to make the following payments to DMRC as per the terms given in the Request for Proposal
(RFP) Document.
1. Upfront Money payable to DMRC as quoted in Bill of Quantity excel sheet.
2. In an event, we are the selected bidder, any failure to deposit Upfront Fee and Security
Deposit within 30 days from the issue of LOA would entitle the DMRC to forfeit the tender
security.
3. The arithmetical errors will be rectified on the following basis.. If I/we do not accept the
correction of errors, this Bid will be rejected & tender security will be forfeited.
4. GST on services as applicable and other applicable taxes will also be paid by us/me in
addition to the aforesaid charges.
This offer is being made by us/me after taking into consideration all the terms and conditions
stated in the RFP document, and after careful assessment of the scope of Work, all risks and
contingencies and all other conditions that may affect the financial proposal.
We agree to keep our offer valid for 180 days from the due date of submission of this Proposal.
Authorized signatory Date:
Name and seal of Bidder Place:
Contract: OSR-01/2019
Page 73 of 92
APPENDIX – 4
(Notarized on Stamp Paper of Requisite Value as per Applicable Law)
FORMAT FOR POWER OF ATTORNEY FOR SIGNING OF APPLICATION
Know all men by these presents, we ……………………………………. (name and address
of the registered office) do hereby constitute, appoint and authorise
Mr./Ms…………………..(name and residential address) who is presently employed with us
and holding the position of ………………………….as our attorney, to do in our name and
on our behalf, all such acts, deeds and things necessary in connection with or incidental to
our bid for the Project, including signing and submission of all documents and providing
information/responses to DMRC, representing us in all matters before DMRC, and
generally dealing with DMRC in all matters in connection with our Bid for the Project.
We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney
pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid
attorney shall always be deemed to have been done by us.
For………………………………………….
Accepted
…………………………………. (Signature)
(Name, Title and address) of the Attorney
…………………………………… (Signature)
(Name, Title and Address) of Executant
Note:
The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executant(s) and when it is so required the same should be under common seal
affixed in accordance with the required procedure.
Contract: OSR-01/2019
Page 74 of 92
APPENDIX - 5
Affidavit
(Notarized on Stamp Paper of Requisite Value as per Applicable Law)
I,, ………………. S/o …………..,resident of ………………., the ……………...(insert
designation) of the ………………..(insert name of the single bidder/consortium/ JV member
if a consortium/ JV), do solemnly affirm and state as follows :
1. I say that I am the authorised signatory of …………..(insert name of company)
(hereinafter referred to as “Bidder”) and I am duly authorised by the Board of
Directors of the Bidder to swear and depose this Affidavit on behalf of the Bidder.
2. I say that I have submitted information with respect to our eligibility for Delhi Metro
Rail Corporation‟s (hereinafter referred to as “DMRC”) Selecting Third party
websites/ Mobile app for online and mobile transaction for DMRC smart card
recharge. (hereinafter referred to as “Project”) Request For Proposal („RFP‟)
Document and I further state that all the said information submitted by us is
accurate, true and correct and is based on our records available with us.
3. I say that, we hereby also authorise and request any bank, authority, person or firm
to furnish any information, which may be requested by DMRC to verify our
credentials/information provided by us under this Bid and as may be deemed
necessary by DMRC.
4. I say that if at any point of time including the Contract Period, DMRC requests any
further/additional information regarding our financial and/or technical capabilities, or
any other relevant information, we shall promptly and immediately make available
such information accurately and correctly to the satisfaction of DMRC.
5. I say that, we fully acknowledge and understand that furnishing of any false or
misleading information by us in our RFP shall entitle us to be disqualified from the
bidding process for the Project. The costs and risks for such disqualification shall be
entirely borne by us.
Contract: OSR-01/2019
Page 75 of 92
6. I state that all the terms and conditions of the Request for Proposal (RFP)
Document have been duly complied with.
DEPONENT
VERIFICATION :-
I, the above named deponent, do verify that the contents of paragraphs 1 to 6 of this
affidavit are true and correct to my knowledge. No part of it is false and nothing material
has been concealed.
Verified at ………………………, on this …………………. .day of………….……..,2018.
DEPONENT
Contract: OSR-01/2019
Page 76 of 92
Appendix-6
(On Company’s Letter Head)
General Information of the Bidder
Legal Name of Firm (Tenderer)
Legal status of the Firm (Tenderer)
Please tick the appropriate category :
1. Sole Proprietorship Firm
2. Partnership Firm
3. Private Limited Company
4. Public Limited Company
Tenderer‟s legal address in India, telephone
numbers, fax numbers, email address for
communication
Tenderer‟s authorized signatory (name,
designation, address, contact no.)
Tenderer‟s authorized representative (name,
designation, address, contact no.)
FOLLOWING NEEDS TO BE SUBMITTED BY THE TENDERER:
a) Affidavit in case of Proprietary firm.
b) Partnership Deed in case of partnership firm.
c) Memorandum & Article of Association in case of a Public/Private limited company.
d) Authorization/Notarised POA in favour of authorized signatory of tenderer to sign the
tender.
Note: Tenderer’s authorised representative shall be deemed to have authority of the
tenderer to receive and deliver any correspondence and attend meetings with DMRC
related to the tender.
Signature of Authorized Signatory _____________________
Name of Authorized Signatory ________________________
Contract: OSR-01/2019
Page 77 of 92
Contract: OSR-01/2019
Page 78 of 92
Appendix- 7
(On Company’s Letter Head)
(Declaration as per Clause 3.5.2 of Eligibility Criteria of RFP)
It is to be declared that M/s………………. have facilities for payment through Credit
card/debit card /net banking or any other method of Payment
Signed
(Name of the Authorised Signatory) Signature of CA/ Statutory Auditors
For and on behalf of (with seal & registration no.)
(Name of the Bidder)
Designation
Place: Date:
Contract: OSR-01/2019
Page 79 of 92
Appendix- 8
(On Company’s Letter Head)
(Declaration as per Clause 3.5.3 of Eligibility Criteria of RFP)
It is to be declared that M/s………………. has been carrying out minimum 1000 e
commerce transactions per day.
CA certified Transaction statements are enclosed.
Signed
(Name of the Authorised Signatory) Signature of CA/ Statutory Auditors
For and on behalf of (with seal & registration no.)
(Name of the Bidder)
Designation
Place: Date:
Contract: OSR-01/2019
Page 80 of 92
APPENDIX – 9
(On Company’s Letter Head)
(Undertaking as per Clause 3.5.5 of Eligibility Criteria of RFP)
Regulatory Compliance undertaking
All regulatory compliance shall be fulfilled by us during the contract period.
Authorized signatory Date:
Name and seal of Bidder Place:
Contract: OSR-01/2019
Page 81 of 92
APPENDIX – 10
(On Company’s Letter Head)
(Undertaking as per Clause 3.5.6 of Eligibility Criteria of RFP)
Undertaking for Local set-up in Delhi/NCR
We have a local office set-up in Delhi/NCR for operations and support to DMRC at
below Mentioned address:
…………………………………………………………………………………………………
…………………………………………………………………………………………………
…………………………………………………………………………………………………
(proof of local set-up in Delhi/NCR is enclosed herewith)
OR
At present we don‟t have a local office set-up in Delhi/NCR for operations and
support. Our Registered address is as follows:
…………………………………………………………………………………………………
…………………………………………………………………………………………………
…………………………………………………………………………………………………
We undertake that M/s ……………………….shall set-up local office in Delhi/NCR
for operations and support to DMRC in case of award of LOA to them for the work
Contract OSR-01/2019: Selecting Third party websites/ Mobile app for online and
mobile transaction for DMRC smart card recharge.
Authorized signatory Date:
Name and seal of Bidder Place:
Contract: OSR-01/2019
Page 82 of 92
APPENDIX – 11
(On Company’s Letter Head)
(Undertaking as per Clause 3.5.7 of Eligibility Criteria of RFP)
Details of 2 letters of satisfactory performance of e-commerce services (integration
with other parties) as per clause 3.5.7 of Eligibility Criteria of RFP are as follows:
Sl. Name of Organization Scope
undertaken
satisfactory
performance
Certificate
Customer contact
Name, email & phone
number
Work 1
Certificate is
Enclosed
Work 2
Certificate is
Enclosed
Authorized signatory Date:
Name and seal of Bidder Place:
Contract: OSR-01/2019
Page 83 of 92
APPENDIX - 12
(On Company’s Letter Head)
(Undertaking as per Clause 3.5.8 of Eligibility Criteria of RFP)
I hereby declare that our no associate company is bidding for the Contract OSR-
01/2019 : Selecting Third party website/Mobile app for online and mobile
transaction for DMRC smart card recharge.
Authorized signatory Date:
Name and seal of Bidder Place:
Contract: OSR-01/2019
Page 84 of 92
APPENDIX - 13
(On Company’s Letter Head)
(Undertaking as per Clause 3.5.8 of Eligibility Criteria of RFP)
I hereby declare that our no subsidiary company is bidding for the Contract OSR-
01/2019 : Selecting Third party website/Mobile app for online and mobile
transaction for DMRC smart card recharge.
Authorized signatory Date:
Name and seal of Bidder Place:
Contract: OSR-01/2019
Page 85 of 92
APPENDIX- 14
(On Company’s Letter Head)
Undertaking for corrupt and fraudulent practice
(As Per Clause 3.15.2 of RFP)
It is confirmed and declared that we, or any of our associate, have not been engaged in any
fraudulent and corrupt practice and that no agent, middleman or any intermediary has
been, or will be, engaged to provide any services, or any other items of work related to the
award and performance of this contract and no agency commission or any payment which
may be construed as an agency commission has been , or will be, paid and that the tender
price will not any such amount.
Stamp &Signature of Tenderer
NOTE:
1. The undertaking shall be signed by authorized signatory of the tenderer .
Contract: OSR-01/2019
Page 86 of 92
APPENDIX- 15
(On Company’s Letter Head)
(As Per Clause 3.15.2 of RFP)
UNDERTAKING FOR DOWNLOADED TENDER DOCUMENT
We here by confirm that, we have downloaded / read the complete set of tender documents
/addendum/clarifications along with the set of enclosures hosted on e-tendering portal
[https://eprocure.gov.in/eprocure/app].. We confirm that we have gone through the bid
documents, addendums and clarifications for this work placed upto the date of opening of
bids on the e-tendering portal [https://eprocure.gov.in/eprocure/app]. We confirm that we
have considered for these in our tender submission and our financial bid. We also confirm
our unconditional acceptance to all the terms and conditions of tender document.
STAMP & SIGNATURE OF AUTHORISED SIGNATORY
Contract: OSR-01/2019
Page 87 of 92
Appendix- 16
(On Company’s Letter Head)
(Undertaking as per clause (As Per Clause 3.15.2 of RFP)
We do hereby undertake that DMRC / Any other Metro Organisation (100% owned
by Govt.), Ministry of Housing and Urban Affairs / Order of Ministry of Commerce,
applicable for all Ministry has not banned business with us as on the date of tender
submission. Also any work of the value more than 10% of NIT cost of work,
executed either individually or in a JV/Consortium, has not been rescinded /
terminated by DMRC / Any other Metro Organisation (100% owned by Govt.), after
award of contract to us during last 3 years (from the last day of the previous month
of tender submission) due to our non-performance.
STAMP & SIGNATURE OF AUTHORISED SIGNATORY
________________________________________________________________________
_________
Note :
1. The undertaking shall be signed by authorized signatory of the tenderer.
Contract: OSR-01/2019
Page 88 of 92
FORM OF TENDER- Appendix- 17 (On Company’s Letter Head)
(Undertaking as per (As Per Clause 3.15.2 of RFP)
(UNDERTAKING FOR NOT BEING PENALISED IN A CONTRACT)
We do hereby undertake that we have been neither penalized with liquidated damages of
10% (or more) of the contract value in a contract due to delay nor imposed with penalty of
10% (or more) of the contract value due to any other reason in the Works awarded by
DMRC / Any other Metro organisation (100 % owned by Govt.) contract of value more than
10% of NIT cost of work executed either individually or in a JV/Consortium during last three
years (from the last day of the previous month of tender submission).
STAMP & SIGNATURE OF AUTHORISED SIGNATORY
________________________________________________________________________
_________
Note:
1. The undertaking shall be signed by authorized signatory of the tenderer.
Contract: OSR-01/2019
Page 89 of 92
APPENDIX- 18
(On Company’s Letter Head)
(UNDERTAKING FOR FINANCIAL STABILITY)
(Ref. Clause (As Per Clause 3.15.2 of RFP)
We do hereby undertake that we have not suffered bankruptcy/insolvency during the last 5
years.
STAMP & SIGNATURE OF AUTHORISED SIGNATORY
________________________________________________________________________
_________
Note:
1. The undertaking shall be signed by authorized signatory of the tenderer.
Contract: OSR-01/2019
Page 90 of 92
APPENDIX- 19
(On Company’s Letter Head)
Undertaking for disclosure of information under RTI Act
(Ref. (As Per Clause 3.15.2 of RFP)
We are aware that Delhi Metro Rail Corporation Ltd is required to furnish information
to applicants under Right to Information (R.T.I) Act which may include information
pertaining to us. We do hereby giveour unconditional consent to DMRC for providing the
information/records to the applicants as „third party‟ information under R.T.I Act except for
the following matters:
1.
2.
3.
Stamp &Signature of Tenderer
(Each member in case of JV)
Contract: OSR-01/2019
Page 91 of 92
APPENDIX- 20
REFUND OF EMD THROUGH NEFT/ RTGS
(As Per Clause 3.15.2 of RFP)
1. Name of the firm/ Bidder:
2. Complete Address:
3. Name of the Bank:
4. Branch:
5. Address of the Bank Branch:
6. Account Type:
7. Account Number:
8. IFS Code of the bank Branch:
9. MICR Code of the Bank Branch:
10. Whether a cancelled Cheque of the Bidder/Firm submitted: Yes or No (Please
tick)
(A canceled cheque to be enclosed)
Certified that the information furnished above is correct.
Signature of the Authorized person of the
Firm/ bidder with seal & Date
Contract: OSR-01/2019
Page 92 of 92
Appendix-21
(On Company’s Letter Head)
CHECK LIST FOR TECHNICAL AND FINANCIAL SUBMISSION
Open E-Tender, in Two Bid System for Contract OSR-01/2019 Selecting Third party websites/ Mobile app for online and mobile transaction for DMRC smart card recharge
Name of the Firm/Tenderer : M/s . . . . . . . . . . . . . . . . . . . . . . . .
Sl. No.
Item
Submitted Reference Page No. in
the Technic
al Submitt
al
Yes No
CHECK SHEET FOR TECHNICAL SUBMISSION
1 Tender Cost and Tender security (EMD) Details
1.1 Tender Cost of requisite amount deposited as per NIT.
1.2 Tender security of requisite amount deposited as per NI.
2 NOTARISED POWER OF ATTORNEY
2.1 Copy of Notarised POA/authorization in favour of authorized signatory of tender documents.
2.2 Board Resolution
2.3 Documents of constitution of the legal entity (/ Memorandum and Articles of Association),.
3 DOCUMENTS REQUIRED AS PER CONTRACT
3.1 Letter of Application, Appendix-1.
3.2 Undertaking for submission of duly completed BOQ/ PRICING DOCUMENT, Appendix-2.
3.3 Format for Financial proposal, Appendix-3.
3.4 Format for Power of Attorney, Appendix-4.
3.5 Affidavit, Appendix-5.
3.6 General information about tenderer, Appendix-6.
3.7 Declaration for facilities of payment through Credit card/debit card /netbanking or any other method, Appendix-7
Contract: OSR-01/2019
Page 93 of 92
3.8 Declaration for minimum 1000 e commerce transactions per day, Appendix-8
3.9 Regulatory Compliance under, Appendix-9.
3.10 Undertaking for Local set-up in Delhi/NCR, Appendix-10.
3.11 Satisfactory performance of e-commerce services,
Appendix-11.
3.12
Declaration for no associate company bidding, Appendix-
12
3.13
Declaration for no subsidiary company bidding -
Appendix-13
3.14
Undertaking For Corrupt & Fraudulent Practice- Appendix
14
3.15
Undertaking for downloaded tender documents- Appendix-
15
3.16 Undertaking For Not Banned business- Appendix-16
3.17
Undertaking For Not Being Penalized in a Contract-
Appendix 17
3.18 Undertaking For Financial Stability- Appendix 18
3.20
Undertaking for disclosure of information under RTI Act-
Appendix-19
3.21
Details of refund of EMD through NEFT/RTGS- Appendix-
20
3.22 CHECK LIST-Appendix-21
4 ADDITIONAL REQUIREMENTS
4.1 PAN No. submitted by tenderer.
4.2 GST registration number
CHECK SHEET FOR FINANCIAL SUBMISSION
Documents required to be submitted along with the Technical Package
1 Priced Bill of Quantities.
Note: The check list is indicative and not exhaustive. The bidders must go through the complete tender documents and submit the required document accordingly.
I have checked the above list with our submittal. I am also aware that if the application is
not containing the above documents, our application is likely to be rejected.
Seal:
Date:
(Signature of Tenderer)